Loading...
Bunker Hill Golf Course Irrigation Project Phase 2 Acceptance Copyright 2014 City of Dubuque Consent Items # 10. ITEM TITLE: Bunker Hill Golf Course Irrigation Project Acceptance SUMMARY: City Manager recommending acceptance of the construction contract for the Bunker Hill Irrigation Project Phase 2, as completed by Leibold Irrigation Inc. RESOLUTION Accepting the Bunker Hill Irrigation Project Phase 2 and authorizing the payment of the contract amount to the contractor SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Bunker Hill Irrigation Project Phase 2-MVM Memo City Manager Memo Staff Memo Staff Memo Resolution Resolutions Engineering Certificate of Completion Supporting Documentation Items from Previous Meetings Supporting Documentation THE CITY OF Dubuque UBE I erica .i Masterpiece on the Mississippi 2007-2012-2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Bunker Hill Irrigation Project Phase 2 Final Payment DATE: May 27, 2016 Leisure Services Manager Marie Ware is recommending acceptance of the construction contract for the Bunker Hill Irrigation Project Phase 2, as completed by Leibold Irrigation Inc., in the final contract amount of$196,640, which is lower than the original estimate of$197,600. 1 concur with the recommendation and respectfully request Mayor and City Council approval. Micliael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager THE CDubuque All-A DUWBb-E- 11 1 r Masterpiece on the Mississippi 2 I rP PP zoos.zo�2-2013 TO: Michael C. Van Milligen, City Manager FROM: Marie L. Ware, Leisure Services Manager SUBJECT: Bunker Hill Irrigation Project Phase 2 Final Payment DATE: May 26, 2016 INTRODUCTION The enclosed resolution provides for the acceptance of the construction contract for the Bunker Hill Irrigation Project Phase 2 which has been completed. BACKGROUND The irrigation system for the tees and greens was installed around 1980 and the fairway system was added in 1992. In Fiscal Year 2011 the satellite controllers, master control panel, variable speed pump, backflow preventer, pump shelter and electrical controls were replaced. This project was Phase 1. To reduce the financial impact of the remaining irrigation project, it will be completed in two additional phases. The FY 2015 and 16 approved C.I.P. #'s 3501530-73211 and 3701530-73211 budget includes $234,548 to hire a consultant to develop bid specifications and monitor the project as well as a contractor to complete at least a 9- hole section of the Bunker Hill Golf Course irrigation system. 44% of these funds come from golf fees. This project included full replacement of both greens and fairway lines and heads. This project is Phase 2. The City received formal competitive quotations for the Bunker Hill Irrigation Project Phase 2 on September 28, 2015. Leibold Irrigation Inc. submitted the low bid in the amount of$197,600. The project was awarded to Leibold Irrigation Inc. based on a competitive quotation process for public improvements in accordance with Iowa Code, Section 26.14. DISCUSSION The Bunker Hill Irrigation Project Phase 2 was completed by Leibold Irrigation Inc. in the final contract amount of $196,640, which is lower than the original estimated contract amount. This savings came from an overestimate of materials. BUDGETIMPACT The cost summary for the Bunker Hill Irrigation Project Phase 2 is as follows: Award Final Construction Contract $ 197,600 $ 196,640 Total Project Cost LIU660=0 196 640 The project funding summary is as follows: CIP No. Amount 3501530 Golf Course Irrigation $ 94,094 3701530 Golf Course Irrigation $ 102,546 Total Project Funding 196 640 ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution accepting improvements and authorize payment for the contract amount of $196,640 to Leibold Irrigation Inc. for the Bunker Hill Irrigation Project Phase 2. Prepared by Dan Kroger, Recreation Division Manager cc: Jenny Larson, Budget Director Gerry Lange, Golf Course Supervisor RESOLUTION NO. 202-16 ACCEPTING THE BUNKER HILL IRRIGATION PROJECT PHASE 2 AND AUTHORIZING THE PAYMENT OF THE CONTRACT AMOUNT TO THE CONTRACTOR Whereas, the Bunker Hill Irrigation Project Phase 2 (the Project) has been completed and the City Engineer has examined the work and filed a certificate stating that the Project has been completed according to the terms of the Public Improvement Contract and that the City Engineer recommends that the Project be accepted; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. The recommendation of the City Engineer is approved and the Project is hereby accepted. Section 2. The Finance Director is hereby directed to pay to the Contractor from the Bunker Hill Golf Course Irrigation Capital Improvement appropriation for the contract amount of $196,640 less any retained percentage provided for therein as provided in Iowa Code chapter 573, and to pay such retainage only in accordance with the provisions of Iowa Code chapter 573. Passed, approved and adopted this 6th day of June, 2016 KevirfS. Firnstahl, ,ty Clerk Ric W Jones ayor Pro -Tem i CITY ENGINEER'S CERTIFICATE OF FINAL COMPLETION OF THE BUNKER HILL IRRIGATION PROJECT PHASE 2 The undersigned City Engineer of the City of Dubuque, Iowa, hereby certifies that he has inspected the Bunker Hill Irrigation Project Phase 2, that the Project has been performed in compliance with the terms of the Public Improvement Contract, and that the total cost of the completed work is $196,640. //''`fk- -0' Dated this,�4V day of " , 2016. P 'i City Enginee j Filed in the office of the City Clerk on they day of v 2016. I evin S. nista .I, ity Clerk �I ti a i ti 3 i a s THE CITY OF Dubuque gA[l• rieaCity Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Bunker Hill Irrigation Replacement Phase 2 of 3 DATE: September 1, 2015 Leisure Services Manager Marie Ware recommends initiation of the public bidding process for the Bunker Hill Irrigation Replacement Phase 2 Project, and further recommends that a public hearing be set for September 21, 2015. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager Dubuque THE CITY OFDubq , l-AftrcaCltY Dut-32M"'==mE 11111.1 Masterpiece on the Mississippi 2007.2012.2019 TO: Michael C. Van Milligen, City Manager FROM: Marie L. Ware, Leisure Services Manager SUBJECT: Bunker Hill Irrigation Replacement Phase 2 of 3 DATE: August 31, 2015 INTRODUCTION The enclosed resolution authorize the public bidding procedure for the Bunker Hill Irrigation Replacement Phase 2 which will include at least a 9 hole irrigation system replacement. BACKGROUND The irrigation system for the tees and greens was installed around 1980 and the fairway system was added in 1992. In Fiscal Year 2011 the satellite controllers, master control panel, variable speed pump, backflow preventer, pump shelter and electrical controls were replaced. This project was Phase 1. To reduce the financial impact of the remaining irrigation project, it will be completed in two additional phases. The FY 2015 and 16 approved C.I.P. budget includes $205,042 to hire a consultant to develop bid specifications and monitor the project as well as a contractor to complete at least a 9-hole section of the Bunker Hill Golf Course irrigation system. This project includes full replacement of both greens and fairway lines and heads. This project will be Phase 2. DISCUSSION The PVC pipe has a life expectancy of 25 years in the ground. This means that the tees and greens were ready to be replaced 9 years ago while the fairway lines have reached their expected lifespan. The PVC pipe is now brittle and cracks easily. There are no "zone" shut-off valves which means that a complete shut-down of the system is required 1 to perform maintenance. As a result, when there is a break at the lowest end of the course, all the water has to come out of the broken pipe before repair can begin. This produces local flooding of the course as well as take hours of staff time. We continue to see additional staff time fixing leaks as they occur more often as the system has aged. The irrigation system is old enough that there are no longer parts available to fix leaks. Recently we have been getting parts when they are taking systems out and putting in new on other courses. As designed, this project will result in efficiencies in overall water usage/monitoring, better irrigation coverage of the course and the reduction in staff time to accomplish lengthy repairs. All of these improvements will ultimately result in a better experience for the patron. PROJECT SCHEDULE The schedule for the project is as follows: Initiate Public Bidding Process September 8, 2015 Publish Notice to Bidders, Advertise for Bids September 14, 2015 Publish Public Hearing Notice on Plans & Specs September 14, 2015 Public Hearing on Plans & Specs September 21, 2015 Receipt of Bid Proposals (Bid-Letting) September 28, 2015 Award Construction Contract October 5, 2015 Project Completion Date March 1, 2016 RECOMMENDATION I recommend that the City Council give preliminary approval to the construction plans and specifications and establish September 14, 2015, as the date of the public hearing, and hereby authorize the City Clerk to advertise for bid proposals for the Bunker Hill Irrigation Project Phase 2. BUDGETIMPACT The estimate of probable cost for the Bunker Hill Irrigation Project Phase 2 is as follows: Estimate Construction Contract $ 175,042 Consultant Fee to Create Bid Specs & Oversee Project $ 30,000 Total Project Cost $ 205,042 The project funding summary is as follows: 2 CIP No. Fund Description Fund Amount 3501530 Golf Course Irrigation $ 119,736 3701530 Golf Course Irrigation $ 85,306 Total Project Funding $ 205,042 REQUESTED ACTION The City Council is requested to establish the date of the public hearing, and authorize the City Clerk to advertise for bid proposals through the adoption of the enclosed resolution for the Bunker Hill Irrigation Project Phase 2. Prepared by: Dan Kroger, Recreation Division Manager cc: Gerry Lange, Golf Course Superintendent Jenny Larson, Budget Director 3 RESOLUTION NO. BUNKER HILL IRRIGATION PROJECT PHASE 2 PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Bunker Hill Irrigation Project Phase 2, in the estimated amount $ 175,042, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 21 day of September, 2015, at 6:30 p.m. in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The Bunker Hill Irrigation Project Phase 2 is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four but not more than forty-five days before the date for filing bids before 2:00 p.m. on the 28th day of September, 2015. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at the public hearing at 6:30 p.m. on the 5th day of October, 2015, in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa. Passed, adopted and approved this 8th day of September, 2015. Roy D. Buol, Mayor Attest: Kevin S. Firnstahl, CMC, City Clerk NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE BUNKER HILL IRRIGATION PROJECT PHASE 2. NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Bunker Hill Irrigation Project Phase 2, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 21st day of September, 2015, in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: This project will include the furnishing and install of phase 2 of a golf course irrigation plumbing and distribution system as shown in the bid specifications. The existing Toro OSMAC Irrigation Control System and satellite controllers shall be preserved. The project includes connections to existing pumping station and water supply, all electrical equipment and connections from the satellite controllers to the new irrigation heads as required to provide .a complete and operational golf course irrigation system, as per city specifications. Any visual or hearing-impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the 8th day of September, 2015. Kevin Firnstahl, CMC, City Clerk THE CD�lbuque UUB--*.-- TE . All America City Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Bunker Hill Irrigation Replacement Phase 2 of 3 (CIP #3501530, 3701530) DATE: September 14, 2015 Leisure Services Manager Marie Ware recommends City Council approval of the plans, specifications, form of contract and estimated cost of$205,042 for the Bunker Hill Irrigation Replacement Phase 2. The irrigation system for the tees and greens was installed around 1980 and the fairway system was added in 1992. In Fiscal Year 2011 the satellite controllers, master control panel, variable speed pump, backflow preventer, pump shelter and electrical controls were replaced. This project was Phase 1. To reduce the financial impact of the remaining irrigation project, it will be completed in two additional phases. The FY 2015 and 16 approved C.I.P. budget includes $205,042 to hire a consultant to develop bid specifications and monitor the project as well as a contractor to complete at least a 9-hole section of the Bunker Hill Golf Course irrigation system. This project includes full replacement of both greens and fairway Iines and heads. This project will be Phase 2. The Bunker Hill Irrigation Replacement Project Phase 2 will consist of the furnishing and installation of a complete golf course irrigation plumbing and distribution system to at least 9 holes. The existing Toro OSMAC irrigation control system and satellite controllers shall be preserved. The project includes connections to existing pumping station and water supply, all electrical equipment and connections from the satellite controllers to the new irrigation heads as required to provide a complete and operational golf course irrigation system, of new fairway, greens and tee box water lines and heads. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager 2 THE CITY OF ,, Dubuque j � hAd DulBlUQUE a I.t I Masterpiece on the Mississippi 2007.2012,2018 TO: Michael C. Van Milligen, City Manager FROM: Marie L. Ware, Leisure Services Manager SUBJECT: Bunker Hill Irrigation Replacement Phase 2 of 3 (CIP# 3501530, 3701530) DATE: September 11, 2015 INTRODUCTION The purpose of this memorandum is to provide the City Council with information for the Public Hearing on the Bunker Hill Irrigation Replacement Phase 2 which will include at least a 9 hole irrigation system replacement. BACKGROUND The irrigation system for the tees and greens was installed around 1980 and the fairway system was added in 1992. In Fiscal Year 2011 the satellite controllers, master control panel, variable speed pump, backflow preventer, pump shelter and electrical controls were replaced. This project was Phase 1. To reduce the financial impact of the remaining irrigation project, it will be completed in two additional phases. The FY 2015 and 16 approved C.I.P. budget includes $205,042 to hire a consultant to develop bid specifications and monitor the project as well as a contractor to complete at least a 9-hole section of the Bunker Hill Golf Course irrigation system. This project includes full replacement of both greens and fairway lines and heads. This project will be Phase 2. DISCUSSION The Bunker Hill Irrigation Replacement Project Phase 2 will consist of the furnishing and installation of a complete golf course irrigation plumbing and distribution system to at least 9 holes. The existing Toro OSMAC irrigation control system and satellite controllers shall be preserved. The project includes connections to existing pumping 1 station and water supply, all electrical equipment and connections from the satellite controllers to the new irrigation heads as required to provide a complete and operational golf course irrigation system, of new fairway, greens and tee box water lines and heads. PROJECT SCHEDULE The schedule for the project is as follows: Initiate Public Bidding Process September 8, 2015 Publish Notice to Bidders, Advertise for Bids September 14, 2015 Publish Public Hearing Notice on Plans &Specs September 14, 2015 Public Hearing on Plans & Specs September 21, 2015 Receipt of Bid Proposals (Bid-Letting) September 28, 2015 Award Construction Contract October 5, 2015 Project Completion Date March 1, 2016 RECOMMENDATION I recommend the City Council approve the plans, specifications and form of contract and estimated cost for the Bunker Hill Irrigation Project Phase 2. BUDGET IMPACT The estimate of probable cost for the Bunker Hill Irrigation Replacement Phase 2 is as follows: Estimate Construction Contract $ 175,042 Consultant Fee to Create Bid Specs & Oversee Project $ 30,000 Total Project Cost $ 205,042 The project funding summary is as follows: CIP No. Fund Description Fund Amount 3501530 Golf Course Irrigation $ 119,736 3701530 Golf Course Irrigation $ 85,306 Total Project Funding $ 205,042 REQUESTED ACTION The City Council is requested to approve the plans, specifications, form of contract and the estimated cost for the Bunker Hill Irrigation Replacement Phase 2 through the adoption of the enclosed resolution. 2 Prepared by: Dan Kroger, Recreation Division Manager cc: Gerry Lange, Golf Course Superintendent Jenny Larson, Budget Director 3 RESOLUTION NO. -15 APPROVAL OF PLANS, SEPCIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE BUNKER HILL IRRIGATION REPLACEMENT PHASE 2 NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, form of contract and estimated cost for the Bunker Hill Irrigation Replacement Phase 2, in the estimated cost of $175,042, are hereby approved. Passed, adopted and approved this 21 st day of September, 2015. Lynn V. Sutton, Mayor Pro Tem Attest: Kevin S. Firnstahl, CMC, City Clerk NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE BUNKER HILL IRRIGATION PROJECT PHASE 2. NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Bunker Hill Irrigation Project Phase 2, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 21 st day of September, 2015, in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: This project will include the furnishing and install of phase 2 of a golf course irrigation plumbing and distribution system as shown in the bid specifications. The existing Toro OSMAC Irrigation Control System and satellite controllers shall be preserved. The project includes connections to existing pumping station and water supply, all electrical equipment and connections from the satellite controllers to the new irrigation heads as required to provide a complete and operational golf course irrigation system, as per city specifications. Any visual or hearing-impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the 8th day of September, 2015. Kevin Firnstahl, CMC, City Clerk THE CITY OF Dubuque L-�UE M-AmerieaCiiy Masterpiece on the Mississippi 2007•2012•2013 TO: The Honorable Mayor and City Council Members FROM: Michael C: Van-Milligen, City Manager SUBJECT: Bunker Hill Irrigation Replacement Phase 2 of 3 Award Contract DATE: October 13, 2015 Sealed bids were received for the Bunker Hill Irrigation Replacement Phase 2 Project. Leisure Services Manager Marie Ware recommends award of the contract to the low bidder, Leibold Irrigation Inc., in the amount of$197,600, which is 12.8% higher than the estimate of probable cost. Remaining money from the Golf Tee Improvement CIP and Filter Tank Replacement CIP will cover the higher than projected cost. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager q TI-IE MY OF Dubuque BID RESULTS The City of Dubuque received the following bids for the Bunker Hill Irrigation E-a i nme'u�enr Replacement Project Phase 2 on September 28,2015: Contractor Bid Results Masterpiece on the Mississippi 2011 2013 Midwest Irrigation $210,900 Duininck Golf $343,000 Leibold Irrigation Inc. $197,600 TO: Michael C.Van Milligen,City Manager The low bid from Leibold Irrigation Inc.is 12.8%higher than projected. In order to cover these costs as well as provide funding for additional consultant fees and contingencies, FROM: Marie L.Ware,Leisure Services Manager Recreation Division Manger consulted Budget Director Jenny Larson regarding potential SUBJECT: Bunker Hill Irrigation Replacement Phase 2 of 3 Award Contract use of the remaining monies in Golf Tee Improvement CIP#3701527-73211 and Filter Tank Replacement CIP#3501190-73211 for the higher than projected cost. Budget DATE: October 8,2015 Director Larson supports this usage of funds. Recreation staff was able to assess the filter tanks at both pools. It was determined that INTRODUCTION they were in acceptable structural shape but needed to have the interior scoured and cleaned at this time. The title of the CIP is"Replacement"however it had been changed The enclosed resolution authorizes the award of the construction contract for the to scouring and cleaning after it was determined that this process was much less Bunker Hill Irrigation Replacement Phase 2. expensive than replacing the tanks and would extend their life. This decision was made BACKGROUND during earlier city budget cuts.The scouring and cleaning versus replacement has now been completed thus the remaining funds for Filter Tank Replacement CIP are no The irrigation system for the tees and greens was installed around 1980 and the fairway longer needed. system was added in 1992. In Fiscal Year 2011 the satellite controllers,master control Using the Golf Tee Improvement CIP accomplishes improving water coverage to nine of panel,variable speed pump,backflow preventer,pump shelter and electrical controls the tees.This water coverage will allow staff to improve the turf quality of these tees. were replaced. This project was Phase 1. Golf Tee Improvement CIP's are typically budgeted for$10,000 every other year and To reduce the financial impact of the remaining irrigation project,it will be completed in paid for by golf fees. This allows constant improvement of the course. Tee two additional phases. The FY 2015 and 16 approved C.I.P.budget includes$205,042 improvements are made by the capable Bunker Hill Golf maintenance staff. They are to hire a consultant to develop bid specifications and monitor the project as well as a also supportive of use of the funds for this project. contractor to complete at least a 9-hole section of the Bunker Hill Golf Course irrigation 44.8%of the funds for Phase 2 of this project would come directly from golf fess. system. This project includes full replacement of both greens and fairway lines and heads. This project will be Phase 2. A complete bid summary is attached. DISCUSSION RECOMMENDATION The Bunker Hill Irrigation Replacement Project Phase 2 will consist of the furnishing and installation of a complete golf course irrigation plumbing and distribution system to 9 1 recommend that the contract for the Bunker Hill Irrigation Project Phase 2 be awarded holes.The existing Toro OSMAC Irrigation Control System and satellite controllers shall to Leibold Irrigation Inc.of East Dubuque,IL.In the amount of$197,600 which is 12.8% be preserved.The project includes connections to existing pumping station and water higher than the estimate or probably cost. supply,all electrical equipment and connections from the satellite controllers to the new irrigation heads as required to provide a complete and operational golf course irrigation system,of new fairway,greens and tee box water lines and heads. 1 2 BUDGETIMPACT The estimate of probable cost for the Bunker Hill Irrigation Project Phase 2 is as follows: Estimate Award Construction Contract $175,042 $197,600 Consultant Engineering&Bid Specs $ 30,000 $ 30,000 Consultant Construction Monitoring $ 6,443 Total Project Cost $205,042 $234,043 The project funding summary is as follows: CIP No. Fund Description Fund Amount 3501530 Golf Course Irrigation-Sales Tax $119,736 3701530 Golf Course Irrigation-Golf Fees $ 85,306 3701527 Golf Tee Improvements-Golf Fees $ 17,240 3501190 Replace Filter Tanks-Sales Tax $ 11,751 Total Project Funding $ 234,043 REQUESTED ACTION I recommend that the City Council adopt the attached resolution awarding for the Bunker Hill Irrigation Project Phase 2 to Leibold Irrigation Inc.in the amount of $197,600.00. Prepared by:Dan Kroger,Recreation Division Manager cc: Gerry Lange,Golf Course Superintendent Jenny Larson,Budget Director 3 Form P15 033007 RESOLUTION NO. AWARDING THE PUBLIC IMPROVEMENT CONTRACT FOR THE BUNKER HILL GOLF COURSE IRRIGATION PROJECT PHASE 2 Whereas, sealed proposals have been submitted by contractors for the Bunker Hill Golf Course Irrigation Project Phase 2 (the Project) pursuant to Resolution No.306- 15 and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 11 th day of September, 2015. Whereas, said sealed proposals were opened and read on the 28th day of September, 2015 and it has been determined that Leibold Irrigation Inc. of East Dubuaue, IL., with a bid in the amount of $197,600.00, is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a Public Improvement Contract for the Project is hereby awarded to Leibold Irrigation Inc. and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Passed, approved and adopted this 19th day of October, 2015. Roy D. Buol, Mayor Attest: Kevin S. Firnstahl, City Clerk THE CITY OF D'r T -WTE [Page Intentionally Left Blank] UB Masterpiece on the Mississippi Bunker Hill Irrigation Replacement Project CONTRACT DOCUMENTS MANUAL THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS(SUDAS)2015 EDITION, SHALL APPLY TO THIS PROJECT.THEY ARE AVAILABLE ONLINE AT: http://www.SUDAS.org CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS 2015 EDITION, SHALL APPLY TO THIS PROJECT.THEY ARE AVAILABLE ONLINE AT: http://www.cityofdubuque.org/DocumentCenter/View/22343 CITY OF��D>��UBUQUE WATER DISTRIBUTION DIVISION STANDARDS AND SPECIFICATIONS }� fi:OA,'EDITION FOR WATER MAINS AND APPURTENANCES,SHALL APPLY TO - THIS PROJECT.THEY ARE AVAILABLE ONLINE AT: http://www.cityofdubuque.org/DocumentCenter/View/15529 Dubuque SUSTAINABLE CITY OF DUBUQUE 3DUPUQUE LEISURE SERVICES DEPARTMENT hw67r egvi a6te DUBUQUE,IA 2007•2012.2079 Date Issued:31 August 2015 SECTION 00101 Page 1 of 2 PROJECT DIRECTORY PAGE SECTION 00101 Golf Course Irrigation Replacement Bunker Hill Golf Course 2200 Bunker Hill Road Dubuque,Iowa 101.1 Authorized Parties: The following contacts are the authorizing representatives for each of the parties, if a change is to be made to the Contract the following representatives must be contacted and approve of the change. JURISDICTION/GOVERNMENT LANDSCAPE ARCHITECT ENTITY REPRESENTATIVE REPRESENTATIVE City of Dubuque Jeffrey L.Bruce&Company LLC City Hall,50 West 13th Street 218 112 5th Street Dubuque,Iowa 52001 West Des Moines,IA 50265 Project Contact: Project Contact: Dan Kroger Jeffrey L.Bruce,FASLA Recreation Division Manager President Leisure Services Department jbruce@jlbruce.com dkrogera)cityofdubugue.org (515)778-8397 (563)589-4310 (816)842-8999 101.2 OTHER CONTACT INFORMATION: GOLF COURSE OFFICE Bunker Hill Golf Course 2200 Bunker Hill Road Dubuque,Iowa 52001 Project Representative: Jerry Lange Golf Course Superintendent glangeOcityofdubuque.oro (563)589-4314 ___=END OF SECTION 00101 =___ SECTION 00102 SECTION 00102 Page 1 of 2 Page 2 of 2 PROJECT CERTIFICATION PAGE IR100 OVERALL IRRIGATION PLAN SECTION 00102 IR101 NW IRRIGATION PLAN IR102 NE IRRIGATION PLAN IR103 SW IRRIGATION PLAN Golf Course Irrigation Replacement IR104 SE IRRIGATION PLAN Bunker Hill Golf Course 2200 Bunker Hill Road IR200 OVERALL CONTROLLER STATIONING PLAN Dubuque,Iowa IR201 NW CONTROLLER STATIONING PLAN IR202 NE CONTROLLER STATIONING PLAN IR203 SW CONTROLLER STATIONING PLAN I hereby certify that the portion of this technical submission described below was IR204 SE CONTROLLER STATIONING PLAN prepared by me or under my direct supervision and responsible charge. I am a duly IR300 IRRIGATION DETAILS registered Landscape Architect under the laws of the State of Iowa. IR30CONTROLLER DETAILS IR301 CONTROLLER STATIONING DIAGRAMS IR302 CONTROLLER STATIONING DIAGRAMS Jeffrey L.Bruce FASLA 31 August 2015 .......... Landscape Architect Signing Date .:Jti�7 Salq 306 June 2016 i9 O�,:M? Iowa License No. Renewal Date Pages or sheets covered by this certification: DIVISION 1 -GENERAL REQUIREMENTS END OF SECTION 00102 01045 Cutting and Patching 01300 Submittals 01400 Quality Control Services 01505 Temporary Facilities 01631 Products and Substitutions 01700 Project Close-out DIVISION 2-SITEWORK 02810 Golf Course Irrigation DRAWING LIST G000 COVER SHEET EX100 EXISTING CONDITIONS D100 DEMOLITION AND PHASING PLAN SECTION 00110 TABLE OF CONTENTS SECTION 00110 DIVISION 0-BIDDING AND CONTRACTING REQUIREMENTS [Page Intentionally Left Blank] PROJECT TITLE PAGE........................................................... 00100 PROJECT DIRECTORY PAGE................................................. 00101 PROJECT CERTIFICATION PAGE............................................. 00102 TABLE OF CONTENTS............................................................. 00110 NOTICE TO BIDDERS............................................................. 00120 INSTRUCTIONS TO BIDDERS.................................................. 00200 SUBSTITUTION REQUEST FORM............................................ 00270 BID PROPOSAL SUBMITTAL CHECKLIST.................................. 00300 LUMP SUM BID PROPOSAL FORM.......................................... 00401 BIDBOND............................................................................. 00450 BIDDER STATUS FORM......................................................... 00460 CONTRACTOR BACKGROUND INFORMATION—Small Contract... 00471 PUBLIC IMPROVEMENT CONTRACT........................................ 00500 PERFORMANCE,PAYMENT AND MAINTENANCE BOND............ 00600 OUT-OF-STATE CONTRACTOR BOND...................................... 00610 INSURANCE PROVISIONS AND REQUIREMENTS...................... 00700 SALES TAX EXEMPTION CERTIFICATE.................................... 00750 SITE CONDITION INFORMATION............................................. 00775 CONSTRUCTION SCHEDULE AND AGREED COST OF DELAY.... 00800 NOTICE TO PROCEED........................................................... 00850 EROSION CONTROL CERTIFICATE......................................... 00900 CONSENT DECREE............................................................... 01000 ___=END OF SECTION 00110=___ SECTION 00120 SECTION 00120 Page 1 of 2 Page 2 of 2 NOTICE TO BIDDERS 120.6 Preference for Iowa Products and Labor SECTION 00120 By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT lawfully required under Iowa statutes. Golf Course Irrigation Replacement 120.7 Sales Tax The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the 120.1 Time and Place for Filing Sealed Proposals Project. Sealed Bids for the work comprising each improvement as stated below must be filed before 2:00 p.m.on Monday September 28,2015,in the Office of the City Clerk,City Hall- 120.8 General Nature of Public Improvement Project First Floor,50 West 13'h Street,Dubuque,Iowa. Golf Course Irrigation Replacement Bunker Hill Golf Course 120.2 Time and Placed Sealed Proposals Will be Opened and Considered 2200 Bunker Hill Road Sealed proposals will be opened and Bids tabulated at 3:00 p.m. on Monday September Dubuque,Iowa 28, 2015, at Leisure Services Department, 2200 Bunker Hill, Rd., Dubuque, Iowa, for CIP#3501530-73211 consideration by the City Council at its meeting on Monday October 5,2015. The City of Dubuque,Iowa,reserves the right to reject any and all Bids. Furnish and install a complete golf course irrigation plumbing and distribution system as shown on the drawings and specified herein.The existing Toro OSMAC Irrigation Control System and satellite controllers shall be preserved. The project includes connections to 120.3 Time for Commencement and Completion of Work existing pumping station and water supply, all electrical equipment and connections from Work on the Project must be commenced within ten(10)calendar days after the Notice to the satellite controllers to the new irrigation heads as required to provide a complete and Proceed has been issued and shall be fully completed by 1 March 2016. operational golf course irrigation system,as per city specifications 120.4 Bid Security .120.9 Pre-Bid Construction Conference Each Bidder must accompany its Bid with a Bid security as security that the successful Each prospective bidder is encouraged to attend the Pre-Bid Construction Conference to Bidder will enter into a contract for the work Bid upon and will furnish after the award of be held at 1:00 PM on Monday,September 21,2015,at Bunker Hill Golf Course,2200 contract a corporate surety Bond, acceptable to the governmental entity, for the faithful Bunker Hill Road in Dubuque,Iowa. Attendance by all prospective bidders is not performance of the contract,in an amount equal to one hundred percent of the amount of mandatory but highly recommended. the contract. The Bid security must be in the amount of ten percent(10%)of the amount of the contract and must be in the form of a cashier's check or certified check drawn on a Published in the Telegraph Herald on September 8,2015 state-chartered or federally chartered bank, or a certified share draft drawn on a state- chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no conditions except as provided in this section. 120.5 Contract Documents Copies of the Contract Documents will be available on the City's website at www.cityofdubuque.orci/bids.asi)x. A limited number of plans will be available at Leisure Services office 2200 Bunker Hill Rd. No plan deposit is required. ___=END OF SECTION 00120=___ SECTION 00200 SECTION 00200 Page 1 of 4 Page 2 of 4 INSTRUCTIONS TO BIDDERS justified in rejecting any claim based on facts regarding which the Contractor should have been SECTION 00200 aware of as a result of its inspection. 200.6 RELEASE OF SITE:SEQUENCE OF WORK 200.1 CONTRACT DOCUMENTS Copies of the Contract Documents will be available on the City's website at Bidders are referred to the Contract Documents for information regarding the manner which the project site(s) will be released and made available for construction purposes, and the www.cityofdubuoue.org/bids.asox. A limited number of plans will be available at Leisure sequence in which the construction work will be performed. Services office 2200 Bunker Hill Rd. No plan deposit is required. The City requests that non-bidders return Contract Documents as soon as possible after the 200.7 PREPARATION OF BIDS Bid opening. 1. All Bids must be submitted on the Bid Proposal Form(SECTION 00401)supplied by the 200.2 EXAMINATION City and bound in this Contract Documents Manual.All Bids are subject to all requirements of the Contract Documents including these INSTRUCTIONS TO BIDDERS. All Bids must Bidders must use complete sets of Contract Documents in preparing Bids. Bidders must be regular in every respect and no modifications,exclusions,or special conditions shall be examine the Contract Documents and the construction site to obtain first-hand knowledge of made or included in the Bid Proposal Form by the Bidder. existing conditions. Extra compensation will not be given for conditions that can be determined 2. by examining the Contract Documents and site. The Bid Proposal Form (SECTION 00401) and Bid Bond (SECTION 00450) must be enclosed in separate sealed envelopes and clearly labeled. 200.3 QUESTIONS AND INTERPRETATIONS Bidders must submit questions about the Contract Documents to the Engineer in writing or by a. The envelope containina the Bid Proposal Form must be labeled as follows: email only. Replies will be issued to Contract Document holders of record as Addenda to the (Golf Course Irrigation Replacement—Bunker Hill Golf Course) Drawings and Specifications and will become part of the Contract Documents. Neither City Sealed Bid nor a Bidder may rely on oral clarification. (Contractor Name) And addressed to Location for Filing Bid: Failure,to request clarification will not waive the responsibility of comprehension of the City of Dubuque Contract Documents and performance of the work in accordance with the intent of the documents. Signing of the Bid Proposal constitutes an acknowledgement of understanding of Department of Leisure Services the Contract Documents. Du Hall,50 W 131h Street Dubuque,Iowa,52001 200.4 PRODUCT OPTIONS To obtain approval to use an unspecified product,a Bidder must deliver written requests to the b. The envelope containing the Bid Bond must be labeled as follows: Leisure Services at least seven(7)working days before the sealed Bid is due. Late requests (Golf Course Irrigation Replacement—Bunker Hill Golf Course) will not be considered. The Bidder must submit request using the Substitution Request Form Bid Bond in specification 00270.Be sure to clearly describe and indicate the product for which approval (Contractor Name) is requested,and include any data as necessary to demonstrate acceptability of the substitute product. The written request must indicate the section number,page number and line number And addressed to Location for Filing Bid: of the Specification for the product. If the product is acceptable,the Landscape Architect will City of Dubuque approve it in an Addendum. (Office/Department of Filing) City Hall,50 W 13`h Street 200.5 INSPECTION OF THE PROJECT SITE Dubuque,Iowa,52001 Each Bidder must visit the project site(s)of the proposed work to fully acquaint itself with the existing conditions relating to the project and must inform itself as to the facilities involved,the 3. The Bidder Status Form(Section 00460)must be included in the envelope with the Bid. difficulties and the restrictions related to the performance of the Contract. Each Bidder must thoroughly examine and familiarize itself with the specifications and all other Contract 4. The Contractor Background Information Form (Section 00471) must be included in the Documents. The Contractor by the execution of the Contract shall in no way be relieved of envelope with the Bid. any obligation under the contract due to Contractor's failure to receive or examine any contract document or to visit the site and acquaint itself with the conditions there existing. City will be SECTION 00200 SECTION 00200 Page 3 of 4 Page 4 of 4 5. Bids submitted after the date and time for filing sealed proposals as listed in the Notice to 200.13 OPENING OF BIDS Bidders (SECTION 00120) shall not be considered and will be returned to the Bidder At the time and place fixed for the opening of Bids, the City will cause to be opened and unopened. publicly read aloud every qualifying Bid received within the time set for receiving Bids, 6. The City may reject any irregular or non-responsive Bid. irrespective of any irregularities therein.Bidders and other persons interested may be present in person or by representative. 7. If the Contract is awarded, it will be awarded by the City as required by law to the lowest 200.14 WITHDRAWAL OF BIDS responsive, responsible Bidder.The Contract will require the completion of work according to the Contract Documents. Bids(received prior to the time fixed for opening)may be withdrawn on written request by the Bidder. The Bid Bond of any Bidder withdrawing its Bid in accordance with the foregoing 8. Each Bidder must include in the Bid,in the appropriate spaces therefore,the proposed cost conditions will be returned with the Bid. of performing said work in compliance with the Contract Documents including all items of labor,equipment,materials and overhead costs. 200.15 AWARD OF CONTRACTS AND REJECTION OF BIDS 200.8 BID BOND The Public Improvement Contract (SECTION 00500) shall be awarded as required by law. The Bidder to whom the award is made shall be notified at the earliest possible date by a Each Bid must be accompanied by a satisfactory Bid Bond(SECTION 00450), in a separate Notice of Award. envelope and clearly labeled in the same manner as the Bid proposal forms,executed by the Bidder and an acceptable surety; or a cashier's or certified check payable to the City 200.16 EXECUTION OF CONTRACT Treasurer, City of Dubuque,drawn on a bank in Iowa or a bank chartered under the laws of 1. Within ten(10)calendar days after the date of the City's Notice of Award,the successful the United States,in the amount of ten percent(10%)of the Bid submitted as security that the Bidder shall execute and deliver to the City a Contract in the form included (SECTION Bidder will enter into a contract for doing the work and will give Bond with proper securities for 00500)in the Contract Documents in such number of copies as the City may require. the faithful performance of the contract in the form attached to the specifications. 200.9 BIDDER STATUS FORM 2. Insurance documents shall be submitted in accordance with SECTION 00700 and must be properly completed prior to execution of the contract by the City. The Bidder Status Form(Section 00460)is required by the Iowa Labor Commissioner,pursuant to the Iowa Administrative Code rule 875-156.2(1). The Bidder must complete and submit the 3. The successful Bidder shall,within the period specified in Section 00200.16 Paragraph 1 Bidder Status Form, signed by an authorized representative of the Bidder, with their Bid above, also furnish a Contractor's Performance, Payment and Maintenance Bond in the proposal. Under Iowa Administrative Code rule 875-156.2(1), failure to provide the Bidder form included in the Contract Documents and shall bear the same date as, or a date Status Form with the Bid may result in the Bid being deemed non-responsive and may result in subsequent to,the date of the Contract. The power of attorney for the person who signs the Bid being rejected. for any surety company shall be attached to such Bond. 200.10 CONTRACTOR BACKGROUND INFORMATION FORM 4. The failure of the successful Bidder to execute such Contract and to supply the required Each Bid must include a Contractor Background Information Form (Section 00471)prepared Bond(s) and Insurance within ten (10) calendar days after the date of City's Notice of by the Bidder. The Form must be included in the envelope with the Bid,or else indicate on the Award, or within such extended period as the City may grant, based upon reasons Bid Proposal Form that an up-to-date Contractor Background Information Form is on file with determined sufficient by the City,shall constitute a default,and the City may either award the City of Dubuque. An official list of contractors with forms on file can be viewed at the the Contract to another Bidder or re-advertise for Bids, and may charge against the htfp://ia-dubuaue2.civicplus.com/638/Enaineerinq defaulting Bidder the difference between the defaulting Bidder's Bid and the successful Bid, irrespective of whether the amount thus due exceeds the amount of the Bid Bond. If a 200.11 CORRECTIONS more favorable Bid is received by re-advertising,the defaulting Bidder shall have no claim Erasures or other changes in the Bid must be explained or noted and initialed by the Bidder. against the City for a refund. 5. After the Contract, Bonds, Insurance Documents and form for Sales Tax Exemption 200.12 TIME FOR RECEIVING BIDS Certificate have been properly provided, the City will execute the contract and issue the Bids received prior to the time of opening will be securely kept unopened. The officer whose Notice to Proceed. duty it is to open them will decide when the specified time has arrived,and no Bid received thereafter will be considered. ___=END OF SECTION 00200=___ SECTION 00270 SECTION 00270 Page 1 of 2 Page 2 of 2 SUBSTITUTION REQUEST FORM 270.2 ACKNOWLEDGEMENTS AND ATTACHMENTS SECTION 00270 In submitting this Request,the undersigned acknowledges and represents that: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. 270.1 PROJECT INFORMATION • Same warranty will be furnished for proposed substitution as for specified product. Project:Golf Course Irrigation Replacement—Bunker Hill Golf Course • Same maintenance service and source of replacement parts,as applicable,is available. SUBMIT REQUESTS FOR SUBSTITUTIONS DURING THE BIDDING PHASE TO: • Proposed substitution will have no adverse effect on other trades and will not affect or delay the project schedule. Jeffrey L.Bruce&Company LLC • Proposed substitution does not affect dimensions and functional clearances. 218 1/2 5th Street West Des Moines,IA 50265 Attachments:The following attachments are required as part of this submittal request. SUBMISSION DATE: / / 1) Product Data,descriptions and specifications necessary for evaluation. REQUEST FROM: 2) Drawings necessary to indicate proper installation in the Work. 1) SPECIFICATION SECTION 3) Tests and Reports consistent with specified performance requirements. 4) Material Samples(if applicable): SPEC.SEC.NO: SUBMITTED BY: SPEC.SEC.TITLE: TITLE: DESCRIPTION: COMPANY NAME: ARTICLE: TELEPHONE: PARAGRAPH: EMAIL: 270.3 ENGINEER'S REVIEW AND ACTION 2) PROPOSED SUBSTITUTION Substitution approved—Make submittals in accordance with Specification MANUFACTURER: Section for this item. TRADE NAME: Substitution rejected—Revise and Resubmit. MODEL: Substitution rejected—Use specified materials. REVIEWED BY: DATE: ___=END OF SECTION 00270=___ SECTION 00300 SECTION 00300 Page 1 of 2 Page 2 of 7 BID PROPOSAL SUBMITTAL CHECKLIST 6. The Bidder Status Form(Section 00460)must be included in the envelope with the SECTION 00300 Bid. 7. Include the Contractor Background Information Form(Section 00471)in the Golf Course Irrigation Replacement—Bunker Hill Golf Course envelope with the Bid,or else indicate on the Bid Proposal Form that an up-to-date Contractor Background Information Form is on file with the City of Dubuque.An 300.1 Bid Submittal Check List official list of contractors with forms on file can be viewed at httn://ia- dubupue2.civicntus.com/638/Engineerinq Checking your Bid submittal,before filing,against the following checklist will help prevent minor errors or omissions,which could result in rejection of the Bid because it is non- responsive. END OF SECTION 00300 1. Bid proposal must be submitted on the form listed below and provided by the City: LUMP SUM BID PROPOSAL FORM(SECTION 00401) 2. Acknowledge receipt of all addenda on the Bid Proposal Form(SECTION 00401). 3. Bid Proposal Form(SECTION 00401)must be signed by an authorized agent. 4. The Bid Proposal Form(SECTION 00401)must be accompanied in a separate envelope by a Bid Bond(SECTION 00450)or a certified check made payable to the "City of Dubuque"in an amount equal to ten percent (10%)of the Bid amount. Bid Bond,if used,must be signed by both the Bidder and the Surety or surety's agent.Signature of surety's agent must be supported by accompanying power of attorney. 5. The Bid Proposal Form and Bid Bond must be submitted in a separate sealed envelope labeled as follows: Golf Course Irrigation Replacement—Bunker Hill Golf Course "Sealed Bid"or"Bid Bond" (Contractor Name) And addressed to Location for Filing the Bid: City of Dubuque Department of Leisure Services City Hall,50 W 13`h Street Dubuque,Iowa,52001 a. Sufficient time should be allowed for Bids to be delivered.Late Bids will not be considered and will be returned unopened. b. The Bid Proposal Form must not be qualified in any way or contain any disclaimers or special conditions,or the Bid may be found nonresponsive. [Page Intentionally Left Blank] SECTION 00401 SECTION 00401 Page 1 of 7 Page 2 of 7 LUMP SUM BID PROPOSAL FORM decrease;and further understands that all quantities of work,whether increased or decreased, SECTION 00401 are to be performed at the lump sum price as stipulated herein;the Bidder proposes to furnish all necessary machinery,equipment,tools,labor and other means of construction,and to PROJECT: Golf Course Irrigation Replacement furnish all materials specified in the manner and time prescribed and to do the work at the Bunker Hill Golf Course prices herein set out. 2200 Bunker Hill Road Dubuque,Iowa 401.3 Bidder's Acknowledament BID TO: City Clerk Office,City Hall In submitting this Bid this Bidder acknowledges and represents that: 50 West 13th St. Dubuque,Iowa 52001 1) Bidder has examined copies of all the Contract Documents; 2) Bidder has visited the Place of Work and become familiar with the general,local, BID FROM: and site conditions; (Company) 3) Bidder is familiar with federal,State,and local laws,ordinances and regulations that govern the work specified by the Contract Documents; (Address) 4) Bidder has correlated the information known to the Bidder,observations obtained (City,State,Zip) from the examination of the site, reports and drawings identified in the Contract Documents and additional investigations, explorations, tests, studies and data (Telephone) within the Contract Documents; 5) The Bid is genuine and not made in interest of or on the behalf of an undisclosed 401.1 General person,firm or corporation; 6) This Bid is not made in the interest of or on behalf of an undisclosed person,firm The undersigned Bidder agrees,if the Bid is accepted,to enter into a Contract with the City,in or corporation; Bidder has not directly or indirectly induced or solicited another the form included in the Contract Documents,to perform and furnish the Work as specified or Bidder to submit a false or sham Bid; Bidder has not solicited or induced a indicated in the Contract Documents for the Base Bid Lump Sum Price and within the Bid time person,firm or corporation to refrain from Bidding;and Bidder has not sought by indicated in the Contract Documents and in accordance with other terms and conditions of the collusion to obtain for itself an advantage over another Bidder or over City; Contract Documents. 7) Local and State sales and use taxes are not included in the Bid Amount. 401.2 Recitals In submitting this Bid, Bidder represents, as more fully set forth in the Public Improvement Contract,that; 401.4 Base Bid Amount a.This Bid will remain subject to acceptance for forty-five(45)calendar days after the Bidder will complete the Golf Course Irrigation Replacement(Controller 2,3,8)work in day of Bid opening; accordance with the Contract Documents for the following: b.The City has the right to reject this Bid and to waive any informalities in the bidding; Lump Sum Base Bid Amount$ (figures) c.Bidder accepts the provisions to the Instructions to Bidders regarding dispositions of Bid Security; d.Bidder will sign and submit the Public Improvement Contract with the Bond and other documents required by the Contract Documents within ten(10)calendar days (use words) after the date of City's Notice of Award; Any written exclusions on the Bid Form may render the Bid as nonresponsive and may The Bidder hereby certifies that they are the only person or persons interested in this proposal result in a rejection of the Bid by the City. as principals;that an examination has been made of the plans,specifications,contract form, 401.5 Alternate Bids including the special provision contained herein,and the work site,and the Bidder understands that the quantities of work shown herein are approximate only and are subject to increase or SECTION 00401 SECTION 00401 Page 3 of 7 Page 4 of 7 The Lump Sum Base Bid Amount above will be adjusted in accordance with any or all of the following Alternate Bids as OWNER may elect.Bidder must specify whether the Alternate Bid 401.6 Unit Prices is an ADD or a DEDUCT or write"No change'.If any alternates are selected by the City,City For changing specified quantities of work during the execution of the Project,from those will select alternates in order as listed below.Alternate Bid No.1 will be selected first,then indicated by the Contract Documents,upon written Change Order issued by the City,the unit Alternate Bid No.2 and so on until the City no longer chooses to select alternates. prices indicated below shall prevail.The unit prices include all labor,overhead and profit, Add Subtract materials,equipment,appliances,bailing,shoring,shoring removal,etc.to complete the Work. to From Only a single unit price shall be given and it will apply to either more or less work than that Base Bid Base Bid shown in the Contract Documents or included in the Base Bid.In the event of more or less units are required to complete the work as so indicated or included in the Base Bid,a change Alternate Bid No.1 M (-) order will be issued for the increased or decreased amount of units.Unit prices may be applied Add the golf course irrigation system at the City's option in the event that additions to or deductions from the work required by the plumbing and distribution replacement for Contract Documents are ordered by the City. Controllers 1,4,5,6,7 The Unit Prices below will not be used by the City for determining the low bid amount.All unit prices are for complete and installed equipment. Alternate Bid No.2 N () Change from butt fused HDPE(2"-3")to a. Unit Cost per General Rock Excavation solvent weld PVC class 200(2"-3")for ADD or DEDUCT: Dollars$ per Cubic Yard work described in the Base Bid (Controllers 2,3,8) b. Unit Cost per PVC pipe 8"class 200 ADD or DEDUCT: Dollars$ per Lineal Foot Alternate Bid No.3 N () Change from butt fused HDPE(2"-3")to C. Unit Cost per PVC pipe 6",class 200 solvent weld PVC class 200(2"-3")for work described in the Alternate Bid No.1 ADD or DEDUCT: Dollars$ per Lineal Foot (Controllers 1 4,5,6,7) d. Unit Cost per PVC pipe 4"class 200 ADD or DEDUCT: Dollars$ per Lineal Foot e. Unit Cost per HDPE pipe 3",DR 9 ADD or DEDUCT: Dollars$ per Lineal Foot f. Unit Cost per HDPE pipe 2",DR 9 ADD or DEDUCT: Dollars$ per Lineal Foot g. Unit Cost per Gate Valve 8" ADD or DEDUCT: Dollars$ per Each h. Unit Cost per Gate Valve 6" ADD or DEDUCT: Dollars$ per Each L Unit Cost per Gate Valve 4" SECTION 00401 SECTION 00401 Page 5 of 7 Page 6 of 7 ADD or DEDUCT: Dollars$ per Each B. Bidder Status Form(Section 00460) j. Unit Cost per Gate Valve 3" C. Contractor Background Information(Section 00471) ADD or DEDUCT: Dollars$ per Each ❑Yes Contractor Background Information has been included with the Bid. OR Unit Cost per Gate Valve 2" ❑Yes Contractor Background Information is on file with the City of Dubuque. ADD or DEDUCT: Dollars$ per Each I. Unit Cost per Air Relief Valve 401.9 Contract Execution ADD or DEDUCT: Dollars$ per Each The Bidder further agrees to execute a formal contract and Bond,within ten(10)calendar days after the date of the City's Notice of Award.The Bidder also agrees it will commence work on M. Unit Cost per Quick Coupler Valve or before(10)calendar days after the date of City's Notice to Proceed,and it will complete the work within the specified contract period or pay the Agreed Cost of Delay stipulated in the ADD or DEDUCT: Dollars$ per Each Contract Documents. n. Unit Cost per Toro FLEX800 54 Series Greens Sprinkler Head(full/part circle) 401.10 Questions and Interpretations ADD or DEDUCT: Dollars$ per Each Failure by the Bidder to request clarification of the Contract Documents during the bidding process does not waive the responsibility for comprehension of the documents and o. Unit Cost per Toro FLEX800 56-6 Series Fairway Sprinkler Head(full/part circle) performance of the work in accordance with the Contract Documents.Signing of the Bid ADD or DEDUCT: Dollars$ per Each Proposal Form constitutes the Contractor's certification as implicitly denoting thorough comprehension of intent of the Contract Documents. 401.7 Timeliness 401.11 Addenda Bidder agrees that the work shall be Substantially Complete and made ready for final payment The Bidder acknowledges receipt of the following addenda: in accordance with Contract Documents no later than the dates)indicated in Section 00800– Construction Schedule and Agreed Cost of Delay. Dated: Dated: 401.8 Additional Documents To Be Submitted With Bid The following additional documents are included and made a condition of this Bid: Dated: A. Bid Bond Section(00450)—or other approved Bid Security. Dated: Accompanying this Bid in a separate sealed envelope is a Bid Bond,cashier's check,or certified check in the penal sum of ten percent(10%)of the submitted Bid.It is 401.12 Sianatures understood that the Bid security will be retained in the event a contract is not executed by the Contractor if award is made to the undersigned.If a Bid Bond is submitted it must Contractor: be executed by the Bidder and acceptable corporate surety.If a Cashier's check or certified check is submitted it must be made payable to the City Treasurer,City of Dated: Dubuque,drawn on a bank in Iowa or a bank chartered under the laws of the United Contractor Name States. Street(Business Location) SECTION 00401 Page 7 of 7 Street(Business Location) city Slate Zip Dated: Signature Title The Bidder's State of does O/does not O utilize a percentage preference for in-state Bidders.The amount of preference is percent. ___=END OF SECTION 00401 =___ SECTION 00450 Page 1 of 1 BID BOND SECTION 00450 We as Principal(Contractor),and as Surety,are held and firmly bound unto the City of Dubuque,Iowa(City),in the sum of (10%of the Bid amount), for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors, administrators, and successors,jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying Bid, dated day of 20 for (Project). NOW,THEREFORE,if the Principal shall not withdraw said Bid within the period specified therein during the opening of same, or if no period specified, within thirty(30) days after said opening,and must within the period specified therefore, if no period be specified,within ten(10) days after date of City's Notice of Award,enter into a the Public Improvement Contract with the City, in accordance with the Bid as accepted, and give Bond with good and sufficient surety or sureties,as may be required for the faithful performance and proper fulfillment of such Contract, then the above obligation shall be void and of no effect,otherwise to remain in full force. The full amount of this Bid Bond will be forfeited to the City as an Agreed Cost of Delay in the event that the Principal fails to execute the contract and provide the Bond as provided in the Contract Documents or by law. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of , 20 the name and corporate seal of each corporate party being hereto affixed and duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: Contractor Name Surety Name By: By: Signature Signature Title Title Date Dale ___=END OF SECTION 00450=___ [Page Intentionally Left Blank] SECTION 00460 SECTION 00460 Page 1 of 2 Page 2 of 2 Bidder Status Form Worksheet:Authorization to Transact Business SECTION 00460 To be completed by all Bidders Part q This worksheet may be used to help complete Part A of the Resident Bidder Status form.If at least one of the following Please answer"Yes'or"No"for each of the following: describes your business,you are authorized to transact business in Iowa. ❑Yes ❑No My company is authorized to transact business in Iowa. ❑Yes D No My business is currently registered as a contractor with the Iowa Division of Labor. (To help you determine if your company is authorized,please review the worksheet on the next page). DYes DNo My company has an office to transact business in Iowa. D Yes D No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. DYes DNo My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. ❑Yes DNo My company has been conducting business in Iowa for at least 3 years prior to the first request for Bids on this D Yes ❑No My business is a general partnership or joint venture.More than 50 percent of the general partners or joint project. venture parties are residents of Iowa for Iowa income tax purposes. DYes DNo My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would D Yes ❑No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the qualify as a resident Bidder in Iowa. - Secretary of Slate,has filed its most recent biennial report,and has not filed articles of dissolution. If you answered"Yes"for each question above,your company qualifies as a resident Bidder. Please complete Parts B and D of this form. D Yes ❑No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,the If you answered"No"to one or more questions above,your company is a non-resident Bidder. Please complete corporation has received a certificate of authority from the Iowa secretary of slate,has filed its most recent Parts C and D of this form. biennial report with the secretary of state,and has neither received a certificate of withdrawal from the To be completed by all resident Bidders Part B secretary of state nor had its authority revoked. My company has maintained offices in Iowa during the past 3 years at the following addresses: ❑Yes ❑No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Dates: to Address: ( mm/dd/yyyy) City,Slate,Zip: ❑Yes ❑No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa,has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Dales: to Address: ❑Yes D No My business is a limited partnership or limited liability limited partnership which has filed a certificate of (mm/dd/yyyy) City,State,Zip: limited partnership in this state,and has not filed a statement of termination. Dates: to Address: ❑Yes ❑No My business is a limited partnership or a limited liability limited partnership whose certificate of limited (mm/dd/yyyy) City,State,Zip: partnership Is filed in a stale other than Iowa,the limited partnership or limited liability limited partnership You may attach additional sheet(s)if needed. has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability To be completed by all non-resident Bidders Part C limited partnership. Name of your home state or foreign country reported to the Iowa Secretary of State. D Yes ❑No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Does your company's home state or foreign country offer preferences to Bidders who are residents? ❑Yes ❑No If you answered"Yes"to question 2,identify each preference offered by your company's home state or foreign country ❑Yes ❑No My business is a limited liability company whose certificate of organization is fled in a state other than Iowa, and the appropriate legal citation. has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. You may attach additional sheet(s)if needed. To be completed by all Bidders Patt D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my Bid. Firm Name: Signature: Date: You must submit the complete form to the government body requesting Bids per 876 Iowa Administrative Code Chapter 166 This Form has been approved by the Labor Commissioner 309-600102-14 [Page Intentionally Left Blank] SECTION 00471 SECTION 00471 Page 1 of 12 Page 2 of 12 SECTION 00471 ❑ CORPORATION CONTRACTOR BACKGROUND INFORMATION State of organization: FOR SMALL CONTRACTS(Between$25,000 and$3,000,000) Date of Organization: Executive Officers: All questions must be answered clearly and comprehensively. If necessary,questions may be answered on separate attached sheets.The Bidder may submit any additional information that it President: deems necessary. Vice President(s): 1. SUBMITTED BY: Official Name of Firm: Address: -Treasurer: -Secretary: ❑ _ LIMITED LIABILITY COMPANY 2. CONTRACTOR'S CONTACT INFORMATION: State of Organization: Contact Person: Date of Organization: Title: Members: Phone: Email: ❑ JOINT VENTURE 3. TYPE OF ORGANIZATION: State of Organization: ❑ SOLE PROPRIETORSHIP Date of Organization: Name of Owner: Form of Organization: Doing Business As: Joint Venture Managing Partner Date of Organization: -Name: ❑ PARTNERSHIP Address: Date of Organization: Type of Partnership: Joint Venture Managing Partner Name of General Partner(s): Name: Address: i SECTION 00471 SECTION 00471 Page 3 of 12 Page 4 of 12 Joint Venture Managing Partner 5. BONDING INFORMATION: -Name: Bonding Company: -Address: Address: ❑ Other Bonding Agent: State of Organization: Address: Name of Organization: Form of Organization: Contact Name: Date of Organization: Phone: Principal Aggregate Bonding Capacity: Name: Available Bonding Capacity as of date of this submittal: Title: 6. Address: CONSTRUCTION EXPERIENCE: - A. Current Experience: A. How many years has your organization been in business as a contractor? List on Schedule A all uncompleted projects currently under contract. years. B. Previous Experience: B. How many years have you been engaged in the contracting business under your List on Schedule B at least three(3)projects completed within the last three(3) present firm or trade name? years. years that had a similar scope of work. In the past eight(8)years has the firm listed in Section 1 ever failed to complete a C. Under what other or former names does or has your organization operated? construction contract awarded to it?If YES,add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑NO❑YES Do you have direct related project experience?If no direct related project experience, 4. CERTIFICATIONS: CERTIFIED BY: add an Attachment that explain how you intend to complete the contract Disadvantage Business Enterprise: ❑NO[]YES Minority Business Enterprise: Have you ever been found not to be a responsible Bidder under Iowa Woman Owned Enterprise: Code Chapter 26? If YES,add an Attachment that provides details of the circumstances and include Project Owner's contact information. Small Business Enterprise: ❑NO❑YES Other: SECTION 00471 SECTION 00471 Page 5 of 12 Page 6 of 12 7. SAFETY PROGRAM: In the past eight(8)years has any Corporate Officer,Partner,Joint Venture Name of Contractor's Safety Officer: participant or Proprietor ever failed to complete a construction contract awarded to them in their name or when acting as a principal of another entity?If YES,add an Name of Contractor's Safety Attachment that provides details of the circumstances and include Project Owner's contact Officer assigned to the project: information. ❑NO❑YES Include the following as attachments: A. Provide as an Attachment Contractor's OSHA No.300-Log&Summary of Occupational Injuries&Illnesses for the past 2 years.Contractor must submit the Are there any judgments,claims,disputes or litigation pending or outstanding with same information for all proposed Subcontractors performing Work having a value in an individual value greater than$200,000 involving the firm listed in Section 1 or any excess of 10 percent of the total bid amount,within 72 hours after the bid opening. of its officers(or any of its partners if a partnership or any of the individual entities if B. Provide as an Attachment Contractor's list of all OSHA Citations&Notifications a joint venture)?If YES,add an Attachment that provides details of the circumstances and of Penalty(monetary or other)received within the last 2 years(indicate disposition include Project Owner's contact information. as applicable)-IF NONE SO STATE. Contractor must submit the same information ❑NO❑YES for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount,within 72 hours after the bid opening. C. Provide as an Attachment Contractor's list of all safety citations or violations Have you ever been declared in default under a performance Bond in the last five(5) under any state all received within the last 2 years(indicate disposition as years?If YES,add an Attachment that provides details of the circumstances and include applicable)-IF NONE SO STATE. Contractor must submit the same information for the name and contact person of the owner(s)of the project and the contact person at the all proposed Subcontractors performing Work having a value in excess of 10 percent surety/Bonding company. of the total bid amount,within 72 hours after the bid opening. D. Provide the following for the firm listed in Section 3(attach additional sheets as ❑NO❑YES necessary)the following(Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of Are you currently being investigated for or have previously violated in the last five the total bid amount,within 72 hours after the bid opening): years any of the following state or federal laws:Iowa Minimum Wage Act,Iowa Non- Workers'compensation Experience Modification Rate(EMR)for the last 2 years: English Speaking Employees Act,Iowa Child Labor Act,Iowa Labor Commissioner's YEAR EMR Right to Inspect Premises,Iowa Compensation Insurance Act,Employment Security Act,Iowa Competition Act,Iowa Income,Corporate and Sales Tax Code,Iowa YEAR EMR Employee Registration Requirements,Iowa Hazardous Chemical Risks Act,Iowa Wage Payment Collection Act,Federal Income and Corporate Tax Code,The Total Recordable Frequency Rate(TRFR)for the last 2 years: National Labor Relations Act,The Drug-Free Workplace Act,the Employee YEAR TRFR Retirement Insurance Security Act,The Fair Labor Standards Act:If YES,add an Attachment that provides details of the circumstances and explain. YEAR TRFR ❑NO❑YES Total number of man-hours worked for the last 2 Years: YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS i SECTION 00471 SECTION 00471 I Page 7 of 12 Page 8 of 12 8. EQUIPMENT: SCHEDULE A Within 72 hours after the bid opening,provide a statement that explains the PROJECTS CURRENTLY UNDER CONTRACT contractual relationship between the firm listed in Section 3 and the owners of major pieces of equipment that will be utilized on this project. Project Name: Project Information �I MAJOR EQUIPMENT: Project Type: List on Schedule C all pieces of major equipment available for use on this Project. Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: I I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH,INCLUDING ANY Project Name: ATTACHMENTS,IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE Project Information CITY OF DUBUQUE MAY RELY ON THE INFORMATION PROVIDED. Project Type: Contract Start Date: Contract End Date: NAME OF ORGANIZATION: Percent Com late: Contract Amount: SIGNATURE: Project Name: NAME: Project Information TITLE: Project Type: Contract Start Date: Contract End Date: DATED: Percent Com lete: Contract Amount: NOTARY ATTEST: Project Name: Project Information SUBSCRIBED AND SWORN TO BEFORE ME Project Type: THIS DAY OF ,20_ Contract Start Date: Contract End Date: Percent Com tete: Contract Amount: NOTARY PUBLIC-STATE OF MY COMMISSION EXPIRES: Project Name: REQUIRED ATTACHMENTS: Project Type: Project Information 1. Schedule A(Current Experience). Contract Start Date: Contract End Date: 2. Schedule B(Previous Experience). Percent Com fete: Contract Amount: 3. Evidence of authority for individuals listed in Section 3 to bind organization to a Contract. 4. Resumes of officers and key individuals(including Safety Officer)of firm named in Section 1. Project Name: 5. Required safety program submittals listed in Section 7. 6. Additional items as needed to complete background information request. Project Information Project Type: i Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 SECTION 00471 Page 9 of 12 Page 10 of 12 SCHEDULE A SCHEDULE B PROJECTS CURRENTLY UNDER CONTRACT PREVIOUS EXPERIENCE Include ALL Similar Projects Project Name: Project Name: Project Information Project Information Project Type: Project Type: Contract Start Date: Contract End Date: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Percent Complete. Contract Amount: Project Name: Project Name: Project Information Project Information Project Type: Project Type: Contract Start Date: Contract End Date: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Percent Com lete: Contract Amount: Project Name: Project Name: Project Information Project Information Project Type: Project Type: Contract Start Date: Contract End Date: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Percent Complete. Contract Amount: Project Name: Project Name: Project Information Pro ect Information Project Type: Project Type: Contract Start Date: Contract End Date: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Percent Com fete: Contract Amount: Project Name: Project Name: Project Information Project Information Project Type: Project Type: Contract Start Date: Contract End Date: Contract Start Date: Contract End Date: Percent Com tete: Contract Amount: Percent Com lete: Contract Amount: Project Name: Project Name: Project Information Project Information Pro'ect Type: Project Type: Contract Start Date: Contract End Date: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Percent Complete: Contract Amount: SECTION 00471 Page 11 of 12 r N SCHEDULE B o � N PREVIOUS EXPERIENCE Include ALL Similar Projects Project Name: 0 a w Project Information u Project Type: O Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: 0 O Contract Start Date: Contract End Date: _ Percent Com let e: Contract Amount: II ii Project Name: Project Information Project Type: F- o Contract Start Date: Contract End Date: w w O Z O Percent Com lete: Contract Amount: E5 p H p w p U w0. ZO w U Project Name: U U e Project Information Na Project Type: p w w Contract Start Date: Contract End Date: w Percent Com tete: Contract Amount: J Q ii � w } Project Name: W w Project Information 0° o Project Type: Contract Start Date: Contract End Date: ~ z Percent Com tete: Contract Amount: w a D Project Name: 0 Project Information w 2 Project Type: F-- Contract Start Date: Contract End Date: Percent Complete: Contract Amount: O H SECTION 00500 SECTION 00500 Page 1 of 6 Page 2 of 6 PUBLIC IMPROVEMENT CONTRACT IR102 NE IRRIGATION PLAN SECTION 00500 IR103 SW IRRIGATION PLAN GOLF COURSE IRRIGATION REPLACEMENT-BUNKER HILL GOLF COURSE IR104 SE IRRIGATION PLAN IR200 OVERALL CONTROLLER STATIONING PLAN THIS IMPROVEMENT CONTRACT(the Contract),made in triplicate,dated for references IR201 NW CONTROLLER STATIONING PLAN purposes the y--, day of PT-'- ,20L21 between the City of Dubuque, Iowa, by its IR202 NE CONTROLLER STATIONING PLAN CitY Manager,through authority conferred upon the City Manager by its City Council (City), and (Contractor). IR203 SW CONTROLLER STATIONING PLAN For and in consideration of the mutual covenants herein contained, the parties hereto IR204 SE CONTROLLER STATIONING PLAN agree as follows: IR300 IRRIGATION DETAILS CONTRACTOR AGREES: IR301 CONTROLLER DETAILS 1. To furnish all material and equipment and to perform all labor necessary for the Golf Course Irrigation Replacement-Bunker Hill Golf Course. 17.Addenda(numbers_to_,inclusive). 2. CONTRACT DOCUMENTS 18.Insurance Provisions and Requirements(Section 00700). A. The Contract Documents consist of the following: 19.Sales Tax Exemption Certificate(Section 00750). 7. Project Title Page(Section 00100). 20.Site Condition Information(Section 00775). 8. Project Directory Page(Section 00101). 21.Construction Schedule and Agreed Cost of Delay(Section 00800). 9. This Public Improvement Contract(Section 00500). 22.Erosion Control Certificate(Section 00900). 10.Performance,Payment,and Maintenance Bond(Section 00600). 23.Consent Decree(Section 01000). 11.Out-of-State Contractor Bond(Section 00610). 24.Exhibits to this Contract(enumerated as follows): 12.Other Bonds: a.Contractor's Bid(pages 00410-1 to 00410-7,inclusive). a. Bid Bond (pages 00450-1 to 00450-1,inclusive). b.Bidder Status Form(Section 00460). b.Performance,Payment And Maintenance Bond(pages 00600-1 to 00600-5, c.Contractor Background Information Form(Section 00471) inclusive). d.The following documentation that must be submitted by Contractor prior to Notice 13.The Iowa Statewide Urban Design and Specifications(SUDAS)2015 Edition. of Award:None. 14.CITY OF DUBUQUE Supplemental Specifications 2015 Edition. 25.The following which may be delivered or issued on or after the Effective Date of the 15.Other Standard and Supplementary Specifications as listed on the Title Page of the Agreement: Contract Document Manual. a. Notice to Proceed(Section 00850). b. Project Certification Page(Section 00102). 16.Special Provisions included in the project Contract Document Manual. c. Change Orders(Not attached to this agreement). Drawings-Sheet No.0000 through No.IR301 (15 pages)or drawings There are no other Contract Documents. The Contract Documents may only be amended, consisting of sheets bearing the following general title: modified,or supplemented as provided in General Conditions. 3. All materials used by the Contractor in the Project must be of the quality required by the G000 COVER SHEET Contract Documents and must be installed in accordance with the Contract Documents. EX100 EXISTING CONDITIONS 4. The Contractor must remove any materials rejected by the City as defective or improper,or D100 DEMOLITION AND PHASING PLAN any of said work condemned as unsuitable or defective,and the same must be replaced or IR100 OVERALL IRRIGATION PLAN redone to the satisfaction of the City at the sole cost and expense of the Contractor. IR101 NW IRRIGATION PLAN 5. Five percent(5%)of the Contract price will be retained by the City for a period of thirty(30) days after final completion and acceptance of the Project by the City Council to pay any SECTION 00500 SECTION 00500 Page 3 of 6 Page 4 of 6 claim by any party that may be filed for labor and materials done and furnished in 13. The Project must be constructed in strict accordance with the requirements of the laws of connection with the performance of this Contract and for a longer period if such claims are the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in not adjusted within that thirty(30)day period, as provided in Iowa Code Chapter 573 or accordance with the Contract Documents. Iowa Code Chapter 26.The City will also retain additional sums to protect itself against any A. All applicable standards,orders,or regulations issued pursuant to the Clean Air Act of claim that has been filed against it for damages to persons or property arising through the 1970(42 U.S.C. 1958(H)et.seq.)and the Federal Water Pollution Act(33 U.S.C. prosecution of the work and such sums will be held by the City until such claims have been 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection settled,adjudicated or otherwise disposed of. Agency regulations(40 CFR, Part 15). Contractor must comply with Section 103 and 6. The Contractor has read and understands the Contract Documents herein referred to and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and agrees not to plead misunderstanding or deception related to estimates of quantity, Department of Labor Regulations(29 CFR,Part 5). character,location or other conditions for the Project. B. The City and the Contractor agree to comply with all provisions of the Davis-Bacon 7. In addition to any warranty provided for in the specifications, the Contractor must also fix Federal Prevailing Wage Act, if applicable, and related labor requirements and any other defect in any part of the Project,even if the Project has been accepted and fully regulations and the Federal Wage Determination for this Project. paid for by the City. The Contractor's maintenance bond will be security for a period of two C. Equipment or products authorized to be purchased with federal funding awarded for years after the issuance of the Certificate of Substantial Completion. this Contract must be American-made to the maximum extent feasible, in accordance 8. The Contractor must fully complete the Project under this Contract on or before the date with Public Law 103-121,Sections 606(a)and(b). indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract Documents. 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS.To the fullest extent permitted by law, CONSENT DECREE Contractor shall defend,indemnify and hold harmless City,its officers and employees,from RELATING TO THE PROJECT and against all claims, damages, losses and expenses claimed by third parties, but not 14. F__] THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED including any claims,damages,losses or expenses of the parties to this Contract,including TO THE WATER&RESOURCE RECOVERY CENTER OR THE SANITARY SEWER but not limited to attorneys' fees, arising out of or resulting from performance of this COLLECTION SYSTEM.THEREFORE,THE CONSENT DECREE AND THIS SECTION ARE Contract, provided that such claim, damages, loss or expense is attributable to bodily APPLICABLE. injury, sickness,disease or death, or injury to or destruction of property, including loss of use resulting there from,but only to the extent caused in whole or in part by negligent acts EM CITY=CONTRACTOR or omissions of Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable,regardless of whether or not such claim, IXTHIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE damage,loss or expense is caused in part by a party indemnified hereunder. RELATED TO THE WATER&RESOURCE RECOVERY CENTER OR THE SANITARY 10. The Contractor hereby represents and guarantees that it has not,nor has any other person SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS for or in its behalf,directly or indirectly,entered into any arrangement or Contract with any SECTION ARE NOT APPLICABLE. other Bidder,or with any public officer,whereby it has paid or is to pay any other Bidder or The City has entered into a Consent Decree in the case of The United States of America, and the public officer any sum of money or anything of value whatever in order to obtain this State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Contract; and it has not, nor has another person for or in its behalf directly or indirectly, Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the entered into any Contractor arrangement with any other person, firm, corporation or Northern District of Iowa.The provisions of the Consent Decree apply to and are binding upon the City association which tends to or does lessen or destroy free competition in the award of this and its officers, directors, employees, agents, servants,successors, assigns, and all persons,firms Contract and agrees that in case it hereafter be established that such representations or and corporations under contract with the City to perform the obligations of the Consent Decree. guarantees,or any of them are false,it will forfeit and pay not less than ten percent(10%) of the Contract price but in no event less than $2,000.00 (Two Thousand Dollars)to the The City is required to provide a copy of the Consent Decree to any contractor or consultant retained City. to perform work required by the Consent Decree. 11. The surety on the Bond furnished for this Contract must,in addition to all other provisions, A copy of the Consent Decree is included in the Contract Documents and can be viewed at be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract,which request ce City's Engineering Department Off/Home/View/3173. A hard copy is available upon provisions apply to said Bond. request at the City's Engineering Department Office. 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of The City must condition any contract to perform work required under the Consent Decree upon Substantial Completion has been issued by the City,it will keep and maintain the Project in performance of the work in conformity with the provisions of the Consent Decree. good repair for a period of two(2)years. SECTION 00500 SECTION 00500 Page 5 of 6 Page 6 of 6 The Consent Decree also provides that until five(5)years after the termination of the Consent Decree, the City must retain,and must instruct its contractors and agents to preserve,all non-identical copies THE CITY AGREES: of all documents,reports,data,records,or other information(including documents,records,or other 15. Upon the completion of the Contract,and the acceptance of the Project by the City Council, information in electronic form)in its or its contractors'or agents'possession or control,or that come and subject to the requirements of law,the City agrees to pay the Contractor as full into its or its contractors'or agents'possession or control,and that relate in any manner to the City's compensation for the complete performance of this Contract,the amount determined for performance of its obligations under this Consent Decree, including any underlying research and the total work completed at the price(s)stated in the Contractor's Bid Proposal and less analytical data.This information-retention period,upon request by the United States or the State,the any Agreed Cost of Delay provided for in the Contract Documents. City must provide copies of any documents, reports,analytical data,or other information required to be maintained under the Consent Decree.At the conclusion of the information-retention period,the City must notify the United States and the State at least ninety(90)Days prior to the destruction of any CONTRACT AMOUNT$Contract Amount documents, records, or other information subject to such requirements and, upon request by the United States or the State,the City must deliver any such documents,records,or other information to the EPA or IDNR. CITY OF DUBUQUE,IOWA: CERTIFICATION BY CONTRACTOR Department The undersigned,on behalf of the Contractor,with full authority to act on behalf of the Contractor, By:g y Signature certifies to the City of Dubuque as follows: 1. I have received a copy of the Consent Decree in the case of The United States of Printed Name America,and the State of Iowa v.The City of Dubuque,Iowa,Civil Action Number Case 2:11-cv-01011-EMJ,Civil Action Number 2008V00041,DOJ Case Number 90- Title 5-1-1-09339,United States District Court for the Northern District of Iowa. Date 2. All work performed will be in conformity with the provisions of the Consent Decree. 3. All documents reports,data,records,or other information(including documents, CONTRACTOR: records,or other information in electronic form)that relate in any manner to the performance of obligations under the Consent Decree,including any underlying Contractor research and analytical data,will be retained as required by the Consent Decree. By: 4. The Contractor agrees to defend,indemnify,and hold harmless the City,its officers, Signature agents,or employees from and against any claims,including penalties,costs and fees as provided in the Consent Decree,relating to or arising out of the Contractor's Printed Name failure to comply with the Consent Decree. Title CONTRACTOR: Dale Contractor By: Signature Printed Name - Title END OF SECTION 00500 Date SECTION 00600 SECTION 00600 Page 1 of 5 Page 2 of 4 PERFORMANCE, PAYMENT AND MAINTENANCE BOND given,including but not limited to claims for all amounts due for labor,materials,lubricants, SECTION 00600 oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor,wherein the same are not satisfied out of the portion of the KNOW ALL BY THESE PRESENTS: contract price the Owner is required to retain until completion of the improvement,but the Contractor and Surety shall not be liable to said persons,firms,or corporations unless the That we, as claims of said claimants against said portion of the contract price shall have been "Principal") and established as provided by law. The Contractor and Surety hereby bind themselves to the Principal (hereinafter the "Contractor" or "Pr inSurety are held and firmly bound unto the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. City of Dubuque, Iowa,as Obligee (hereinafter referred to as"Owner"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own dollars expense: ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made,we bind ourselves,our heirs,legal representatives and assigns,jointly A. To remedy any and all defects that may develop in or result from work to be or severally,firmly by these presents. performed under the Contract Documents within the period of two(2)year(s)from the date of acceptance of the work under the Contract, by reason of defects in The conditions of the above obligations are such that whereas said Contractor entered into a workmanship,equipment installed,or materials used in construction of said work; contract with the Owner, bearing date the day of , 2015, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the B. To keep all work in continuous good repair;and following project in accordance with the Contract Documents,and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike C. To pay the Owner's reasonable costs of monitoring and inspection to assure that any manner,and in accordance with the Contract Documents. The Contract Documents for defects are remedied,and to repay the Owner all outlay and expense incurred as a Golf Course Irrigation Replacement—Bunker Hill Golf Course result of Contractor's and Surety's failure to remedy any defect as required by this section. Project detail the following described improvements: Furnish and install a complete golf course Contractor's and Surety's Contract herein made extends to defects in workmanship or irrigation plumbing and distribution system as shown on the drawings and specified herein. The materials not discovered or known to the Owner at the time such work was accepted. existing Toro OSMAC Irrigation Control System and satellite controllers shall be preserved. The project includes connections to existing pumping station and water supply,all electrical equipment 4. GENERAL: Every Surety on this Bond shall be deemed and held bound,any contract to the and connections from the satellite controllers to the new irrigation heads as required to provide a contrary notwithstanding,to the following provisions: complete and operational golf course irrigation system,as per city specifications It is expressly understood and agreed by the Contractor and Surety in this Bond that the following A. To consent without notice to any extension of time authorized in approved change provisions are a part of this Bond and are binding upon said Contractor and Surety,to-wit: orders to the Contractor in which to perform the Contract; 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and B. To consent without notice to any change in the Contract or Contract Documents, abide by each and every covenant, condition, and part of said Contract and Contract authorized in approved change orders which thereby increases the total contract price and the penal sum of this Bond, provided that all such changes do not, in the Documents,by reference made a part hereof,for the project,and shall indemnify and save aggregate,involve an increase of more than twenty percent(20%)of the total contract harmless the Owner from all outlay and expense incurred by the Owner by reason of the price,and that this Bond shall then be released as to such excess increase; Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract C. To consent without notice that this Bond shall remain in full force and effect until the Documents by all its subcontractors, suppliers,agents,or employees furnishing materials Contract is completed,whether completed within the specified contract period,within or providing labor in the performance of the Contract. an extension thereof,or within a period of time after the contract period has elapsed 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just and the liquidated damage penalty is being charged against the Contractor. claims submitted by persons,firms,subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is SECTION 00600 SECTION 00600 Page 3 of 5 Page 4 of 4 When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond,the Contract,or the Contract Documents; second,if not defined in the Bond, The Contractor and every Surety on the Bond shall be deemed and held bound,any contract to the Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable contrary notwithstanding,to the following provisions: provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry;and fourth,if it D. That no provision of this Bond or of any other contract shall be valid that limits to less has no generally accepted meaning in the construction industry,it shall be interpreted or construed than five(5)years after the acceptance of the work under the Contract the right to sue according to its common or customary usage. on this Bond. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not E. That as used herein,the phrase"all outlay and expense"is not to be limited in any limit liability hereunder. The Contract and Contract Documents are hereby made a part of this way,but shall include the actual and reasonable costs and expenses incurred by the Bond. Owner including interest, benefits,and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee Project No.3501530-73211 expense,all equipment usage or rental,materials,testing,outside experts,attorney's fees(including overhead expenses of the Owner's staff attorneys),and all costs and Witness our hands,in triplicate,this day of 2015. expenses of litigation as they are incurred by the Owner. It is intended the Contractor and Surety will defend and indemnify the Owner on all claims made against the SURETY COUNTERSIGNED BY: Owner on account of Contractor's failure to perform as required in the Contract and FORM APPROVED BY: Contract Documents,that all agreements and promises set forth in the Contract and Signature of Agent Contract Documents,in approved change orders,and in this Bond will be fulfilled,and Representative for Owner that the Owner will be fully indemnified so that it will be put into the position it would Printed Name of Agent have been in had the Contract been performed in the first instance as required. SURETY: In the event the Owner incurs any"outlay and expense"in defending itself against any claim as to Company Address Surely Company which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change City,Stale,zip code By: Signature Attorney-in-Fact Officer orders,or in the enforcement of the promises given by the Contractor and Surety in this Bond,the Contractor and Surety agree that they will make the Owner whole for all such outlay and expense, Company Telephone Number provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five Printed Name of Attorney-in-Fact Officer percent(125%)of the penal sum of this Bond. PRINCIPAL: Company Name In the event that any actions or proceedings are initiated regarding this Bond,the parties agree that Contractor the venue thereof shall be Dubuque County,State of Iowa. If legal action is required by the Owner Company Address By: to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of Signature the Owner,the Contractor and the Surety agree,jointly,and severally,to pay the Owner all outlay City,State,Zip Code and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights,powers,and Printed Name remedies given to the Owner, by law. The Owner may proceed against surety for any amount Company Telephone Number guaranteed hereunder whether action is brought against the Contractor or whether Contractor is Title joined in any such action(s)or not. NOTE: NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully 1. All signatures on this performance,payment,and maintenance Bond must be original perform all the promises of the Principal,as set forth and provided in the Contract,in the Contract signatures in ink;copies,facsimile,or electronic signatures will not be accepted. Documents,and in this Bond,then this obligation shall be null and void,otherwise it shall remain in 2. This Bond must be sealed with the Surety's raised,embossing seal. full force and effect. SECTION 00600 Page 5 of 5 3. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this Bond must be exactly as listed on the Certificate or Power of Attorney accompanying this Bond. ___=END OF SECTION 00600=___ SECTION 00610 Page 1 of 1 OUT-OF-STATE CONTRACTOR BOND SECTION 00610 An out-of-state Contractor must either file a surety Bond,as provided in Iowa Code section 91C.7, [Page Intentionally Left Blank] with the Iowa Division of Labor Services in the amount of twenty-five thousand dollars($25,000) for a one(1)year period or must provide a statement to the Iowa Division of Labor Services that the contractor is prequalified to Bid on projects for the Iowa Department of Transportation pursuant to Iowa Code Section 314.1 An out-of-state Contractor,before commencing a contract in excess of five thousand dollars ($5,000)in value of Iowa,must file a Bond with the Iowa Division of Labor Services of the Iowa Department of Workforce Development.A Surety Bond filed pursuant to Iowa Code section 91 C.2 must be executed by a surety company authorized to do business in this state,and the Bond must be continuous in nature until canceled by the Surety with not less than thirty(30)days;written notice to the contractor and to the Division of Labor Services of the Iowa Department of Workforce Development in dictating the surety's desire to cancel the Bond.The Surety company is liable under the Bond for any contract commenced after the cancellation of the Bond.The Bond must be in the sum of the greater of the following: (1)One thousand dollars($1,000.00);or (2)Five percent(5%)of the contract price An out-of-state Contractor may file a blanket Bond in an amount at least equal to fifty thousand dollars($50,000)for a two(2)year period in lieu of filing an individual Bond for each Contract.The Division of Labor Services of the Iowa Department of Workforce Development may increase the Bond amount after a hearing. ___=END OF SECTION 00610=___ SECTION 00700 SECTION 00700 Page 1 of 6 Page 2 of 6 INSURANCE PROVISIONS INSTRUCTIONS FOR INSURANCE SUBMITTAL: SECTION 00700 1. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque,Iowa for the coverage required in Exhibit I prior to commencing any work and at the end of the City of Dubuque Insurance Requirements for General,Artisan or Trade project if the term of work is longer than sixty(60)days. Providers presenting annual Contractors, Subcontractors or Sub Subcontractors certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent.The issued certificate must clearly indicate the project number,project name,or project description for which it is being provided. For Insurance Schedule B example: Project#3501530-73211 Golf Course Irrigation Replacement—Bunker Hill Golf Course Class A: Asbestos Removal Elevators Reinforcement 2. All policies of insurance required hereunder shall be with a carrier authorized to do Asphalt Paving Fiber Optics Retaining Walls business in Iowa and all carriers shall have a rating of A or better in the current A.M.Best's Concrete Fire Protection Roofing Rating Guide. Construction Managers Fireproofing Sanitary Sewers Cranes General Contractors Sheet Metal 3. Each Certificate required shall be furnished to the City of Dubuque Leisure Services Culverts HVAC Sidewalks/Trails Department. Decking Mechanical Site Utilities Demolition Paving&Surfacing Special construction 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements Earthwork Piles&Caissons Steel by the City of Dubuque. Failure to obtain or maintain the required insurance shall be Electrical Plumbing Structural Steel considered a material breach of this Contract. Class B: 5. Subcontractor(s)and sub subcontractor(s)performing work or service shall provide a Acoustical Geotech.Boring Rough Carpentry Certificate of Insurance in accord with its respective classification to its Contractor. Chemical Spraying Insulation Stump Grinding Deconstruction Landscaping Tree Trimming 6. All required endorsements to various policies shall be attached to the Certificate of Doors,Window&Glazing Masonry Tuckpointing Insurance. Drywall Systems Painting&Wall Covering Waterproofing Fertilizer Application Pest Control Well Drilling 7. Whenever an ISO form is referenced the current edition must be used. Finish Carpentry Plastering 8. Provider shall be required to carry the minimum coverage/limits,or greater if required by law or other legal agreement,in Exhibit I—Insurance Schedule B. Class C: Carpet Cleaning General Cleaning Office Furnishings Carpet&Resilient Flooring Grass Cutting Power Washing Caulking&Sealants Janitorial Tile&Terrazzo Flooring Ceiling Non Vehicular Snow&Ice Window Washing Filter Cleaning Removal SECTION 00700 SECTION 00700 Page 3 of 6 Page 4 of 6 Exhibit I Umbrella Liabilitv Insurance Schedule B Umbrella liability coverage must be at least following form with the underlying policies included herein. A) COMMERCIAL GENERAL LIABILITY $10.000.000 Umbrella Liability Coverage General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $2,000,000 City prime contract values in excess of$10,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 All general contractors and all construction managers for Projects in excess of Fire Damage Limit(any one occurrence) $ 50,000 $10,000,000 must have umbrella liability coverage of$10,000,000. Medical Payments $ 5,000 a) Coverage shall be written on an occurrence,not claims made,form. All Subcontract values in excess of$10,000,000 deviations from the standard ISO commercial general liability form CG 0001,or All Class A subcontractors with subcontract amounts in excess of$10,000,000 Business owners form BP 0002,shall be clearly identified. b) Include ISO endorsement form CG 25 04"Designated Location(s)General must have umbrella liability coverage of$10,000,000. Aggregate Limit"or CG 25 03"Designated Construction Project(s)General $3.000,000 Umbrella Liability Coverage Aggregate Limit"as appropriate. c) Include endorsement indicating that coverage is primary and non-contributory. City prime contract values between$10,000,000 and$500,000 d) Include endorsement to preserve Governmental Immunity.(Sample attached). All Class A general contractors and construction managers,with contract e) Include an endorsement that deletes any fellow employee exclusion. f) Include additional insured endorsement for: amounts between$10,000,000 and$500,000 must have umbrella liability The City of Dubuque,including all its elected and appointed officials,all its coverage of$3,000,000. employees and volunteers,all its boards,commissions and/or authorities and their board members,employees and volunteers.Use ISO form CG 20 10: Subcontract values in between$10,000,000 and$500,000 Ongoing operations. g) All contractors shall include The City of Dubuque(per the above verbiage)as an All Class A and B subcontractors with subcontract amounts between additional insured for completed operations under ISO form CG 2037 during the $10,000,000 and$500,000 must have umbrella liability coverage of$3,000,000. project term and for a period of two(2)years after the completion of the project. $1,000,000 Umbrella Liability Coverage B) AUTOMOBILE LIABILITY $1,000,000(Combined Single Limit) City prime and sub contract values less than$500,000 C) WORKERS'COMPENSATION&EMPLOYERS LIABILITY All Class A and B general contractors,construction managers,and Statutory Benefits covering all employees injured on the job by accident or disease subcontractors with contract amounts less than$500,000 must have umbrella as prescribed by Iowa Code Chapter 85. liability coverage of$1,000,000. Coverage A Statutory—State of Iowa $0 Umbrella Liability Coverage Coverage B Employers Liability All Class C prime and subcontractors are not required to have umbrella liability Each Accident $100,000 Each Employee-Disease $100,000 coverage. Policy Limit-Disease $500,000 Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. Coverage B limits shall be greater if required by Umbrella Carrier. SECTION 00700 SECTION 00700 Page 5 of 6 Page 6 of 6 D) Pollution Liability—coverage required: _yes Xno Preservation of Governmental Immunities Endorsement Pollution Liability coverage shall be provided by the prime/general contractor if project involves any pollution exposures including abatement of hazardous materials including the removal of lead,asbestos,or PCB's.Pollution product and complete operations 1. Nonwaiver of Governmental Immunity.The insurance carrier expressly agrees and states that coverage shall also be covered. the purchase of this policy and the including of the City of Dubuque,Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of $2,000,000 each occurrence Dubuque,Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. $4,000,000 policy aggregate a) Policy to include premises and transportation coverage. 2. Claims Coverage.The insurance carrier further agrees that this policy of insurance shall cover b) Include additional insured as stated in Section A(e)above. only those claims not subject to the defense of governmental immunity under the Code of Iowa c) Include preservation inof sured immunity as stated in A(d)above. Section 670.4 as it now exists and as it may be amended from time to time.Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. E) Railroad Protective Liability—coverage required: yes Xno 3. Assertion of Governmental Immunity.The City of Dubuque,Iowa shall be responsible for Any Contract for construction or demolition work on or within fifty feet(50')of a asserting any defense of governmental immunity,and may do so at any time and shall do so railroad and effecting any railroad bridge or trestle,tracks,roadbeds,tunnel, upon the timely written request of the insurance carrier. underpass,or crossing for which an easement or license or indemnification of the railroad is required, shall require evidence of the following additional coverage by 4. Non-Denial of Coverage.The insurance carrier shall not deny coverage under this policy and the general/prime Contractor. the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque,Iowa under this policy for reasons of governmental immunity unless and until a court Railroad Protective Liability: Per limits required by Railroad or Iowa DOT. of competent jurisdiction has ruled in favor of the defense(s)of governmental immunity asserted by the City of Dubuque,Iowa. An endorsement to the Commercial General Liability policy equal to ISO CG 2417 (Contractual Liability-Railroads). A copy of this endorsement shall be attached to of Other Change in Policy.The above preservation governmental immunities shall not the Certificate of Insurance. otherwise change or alter the coverage available under the policy. SPECIMEN ___=END OF SECTION 00700=___ SECTON 00750 SECTON 00750 Page 1 of 5 Page 2 of 5 SALES AND USE TAX EXEMPTION CERTIFICATE PROJECT INFORMATION REQUIREMENTS FOR SECTON 00750 STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS&SUBCONTRACTORS The City of Dubuque,as a designated exempt entity awarding construction contracts,will issue special exemption certificates to contractors and subcontractors,allowing them to purchase,or Submitting Department:Leisure Services withdraw from inventory,materials for the Contract free from sales tax pursuant.to Iowa Code Sections:422.42(15)&(16),and 422.47(5).The special exemption certificate will also allow a manufacturer of building materials to consume materials in the performance of a construction Department Contact:Dan Kroger contract without owing tax on the fabricated cost of those materials. Project CIP Number(s):3501530-73211 1. These tax exemption certificates and authorization letters are applicable only for the Please complete this form in its entirety and submit along with the executed Contract,Bonds and work under the contract. The Contractor and each subcontractor shall comply with said Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Iowa Code Sales Tax requirements,shall keep records identifying the materials and Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) supplies purchased and verify that they were used on the contract,and shall pay tax on to allow for the purchase or inventory withdrawal of materials for the specified Project free from any materials purchased tax-free and not used on the contract. State of Iowa Sales Tax. 2. Upon award of Contract the City will register the Contract,Contractor,and each Sales tax exemption certificates are not provided to material suppliers. subcontractor with the Iowa Department of Revenue and Finance;and distribute tax The Contractor and subcontractors can provide copies of the sales tax exemption certificates issued by the exemption certificates and authorization letters to the Contractor and each City to individual material suppliers. subcontractor. Project Name: Golf Course Irrigation Replacement—_13 Ori*er Hill Golf Course Project Description: Replacement of the golf 'course:. irfigation plumbing and distributio�`system Start Date Bid Opening Date): 5 October 2015 Completion Date: 1.March 2016 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D.Number: (or Include Social Security Number) Work Type to be Completed: SECTON 00750 Page 3 of 5 2. 1 Subcontractor: Complete Address: (Include PO Box and Street Information) [Page Intentionally Left Blank] City, State, Zip Code Telephone Number: Federal I.D.Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D.Number: (or Include Social Security Number) li Work Type to be Completed: 4. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D.Number: (or Include Social Security Number) �i Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D.Number: (or Include Social Security Number) ISI Work Type to be Completed: ___=END OF SECTION 00750=___ SECTION 00775 Page 1 of 2 SITE CONDITION INFORMATION SECTION 00775 250.1 SUBSURFACE CONDITIONS In the preparation of the Contract Documents,the Engineer relied upon the following report(s) and drawing(s)of explorations and tests of subsurface conditions at the Site:None 1)The technical data in the above report(s),upon which the Contractor may rely,consists of boring logs, test results, and boring locations all as of the date made. Engineer accepts no responsibility for accuracy of the soil data or water level information.Soil information,included with these Contract Documents,was not obtained for the purposes of designing excavations and trenches. Soil information was used by Engineer for design purposes only. Contractor shall assure itself by personal examination as to subsurface conditions and shall provide its own investigations and make its own assumptions to comply with OSHA and any other applicable laws and regulations regarding excavation and trenching requirements. 250.2 PHYSICAL CONDITIONS In the preparation of the Contract Documents, Engineer relied upon the following drawing of physical conditions in or relating to existing surface and subsurface structures (except underground facilities)which are at or contiguous to the Site:None NONE OF THE CONTENT OF SUCH DRAWINGS INCLUDE TECHNICAL DATA ON WHICH THE CONTRACTOR MAY RELY. 250.3 HAZARDOUS ENVIRONMENTAL CONDITIONS In the preparation of the Contract Documents, ENGINEER relied upon the following reports(s) known to the owner of hazardous environmental conditions at the Site:None Contractor must not remove, disturb or remediate any Hazardous Environmental Conditions encountered,uncovered or revealed at the Project Area, unless such removal or remediation is expressly identified in the Contract Documents to be within the scope of work. ___=END OF SECTION 00775=___ SECTION 00800 SECTION 00800 Page 1 of 2 Page 2 of 2 CONSTRUCTION SCHEDULE AND AGREED COSTS OF DELAY The Agreed Cost of Delay rates specified in the Contract Documents is hereby agreed upon SECTION 00800 as the true and actual damages due the City for loss to the City and to the public due to obstruction of traffic, interference with business, and/or increased costs to the City such as 800.1 SCHEDULE: engineering, administration, construction, and inspection after the expiration of the contract times, or extension thereof. Such Agreed Cost of Delay will be separately invoiced to the CALENDAR DAY SCHEDULE: Contractor, and final payment will be withheld from the Contractor until payment has been Work required by the Contract Documents shall commence within ten(10)calendar days after made of this invoice for the agreed cost of delay.The Contractor and its surety shall be liable Notice to Proceed has been issued and shall be Substantially Complete by 15 February 2016 for any agreed cost of delay in excess of the amount due the Contractor. and Finally Complete by 1 March 2016. END OF SECTION 00800 800.2 AGREED COSTS OF DELAY: Time is of the essence of the Contract. As delay in the diligent prosecution of the work may inconvenience the public,obstruct traffic,interfere with business,and/or increase costs to the City such as engineering, administration, and inspection, it is important that the work be prosecuted vigorously to final completion. An extension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the Contract Documents by approved change order. 2. Delays caused by the City. 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would justify such. Should the Contractor,or in case of default the Surety,fail to complete the work within the specified Substantial and Final Completion Dates, a deduction at the daily rate for agreed costs of delay will be made for each and every calendar day or working day,whichever is specified, such that the work remains uncompleted. The Contractor or the Contractor's Surety shall be responsible for all costs incidental to the completion of the work,and shall be required to pay the City the following daily costs: A. For each calendar day that any work remains uncompleted beyond the Final Completion date the contractor will be assessed and shall pay, $ 500.00 per calendar, not as a penalty but as predetermined and Agreed Cost of Delay until Final Completion requirements are met. Permitting the Contractor to continue and finish the Work, or any part of it, after the expiration of the Substantial and Final Completion dates or Milestone Dates or extension thereof shall in no way operate as a waiver on the part of the City of any of its rights or remedies under the contract, including its right to Agreed Cost of Delay pursuant to this provision. Furthermore, the assessment of Agreed Cost of Delay shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the Contractor to carry out the terms of the Contract. SECTION 00850 Page 1 of 1 THE CITY Or City of Dubuque `r TB[ E Engineering tJ!J L 50.W.13th Street Masterpiece on the Mississippi Dubuque,IA 52001 (563)589-4270 [Page Intentionally Left Blank] NOTICE TO PROCEED SECTION 00850 TO: CONTRACTOR NAME ISSUE DATE: ADDRESS CITY,STATE ZIP PROJECT:Golf Course Irrigation Replacement,Bunker Hill Golf Course Dear You are hereby notified to commence the work on the Project in accordance with the Contract Documents.The Contract Time shall begin to run on the commencement date of INSERT DATE= 10 days from issuing Notice to Proceed. You are to start the Work as required by the Contract Documents on or before the commencement date.-OR-Working days will be charged beginning with the commencement date or on the day work begins,whichever is earlier. You are required to return an acknowledged copy of this Notice to Proceed to the City. THE CITY HAS RECEIVED A COPY CITY OF DUBUQUE,IOWA OF THE CONTRACTOR'S WRITTEN By: SAFETY PROGRAM (Signature) F1 YES (Name) (Title) ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of 20 PRINCIPAL: (Contractor) By: (Signature) (Name) (Title) SECTION 00900 Page 1 of 1 EROSION CONTROL CERTIFICATION SECTION 00900 Dated: City: [Page Intentionally Left Blank] Address: Project: Contract No. Description: I certify under penalty of law that I understand the terms and conditions of the National Pollutant Discharge Elimination System(NPDES)Permit that authorizes the storm water discharges associated with industrial activities from the construction site and as detailed in the Contract Documents. Further,by my signature,I understand that I am becoming a co-permittee,along with the owner(s)and other contractors and subcontractors signing such certifications,to the Iowa Department of Natural Resources NPDES General Permit No.2 for"Storm Water Discharge Associated with Industrial Activity for Construction Activities"at the project site. As a co-permittee,I understand that I,and my company,are legally required under the Clean Water Act and the Code of Iowa,to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. I agree to indemnify and hold the City harmless from any claims,demands,suits, causes of action,settlements,fines,or judgments and costs of litigation,including,but not limited to,reasonable attorneys fees and costs of investigation and arising from a condition,obligation,or requirement assumed or to be performed by the Contractor for storm water pollution and erosion control. - Fines and other costs incurred against the City for the Contractor's failure to provide the required erosion control practices will be paid by the Contractor. Contractor: By: (Authorized Signature) (Title) ___=END OF SECTION 00900=___ SECTION 01000 Page 1 of 1 CONSENT DECREE SECTION 01000 (Insert Consent Decree if required for the project.) Bunker Hill Irrigation Replacement Pmject Augual31,2015 City of Dubuque,Iowa CIP#'s:3501630-73211 and 3701530-732112 GOLF COURSE IRRIGATION REPLACEMENT—BUNKER HILL GOLF COURSE Technical Specification&Drawing Index [Page Intentionally Left Blank] DIVISION 1 -GENERAL REQUIREMENTS 01045 Cutting and Patching 01300 Submittals 01400 Quality Control Services 01505 Temporary Facilities 01631 Products and Substitutions 01700 Project Close-out DIVISION 2-SITEWORK 02810 Golf Course Irrigation DRAWING LIST G000 COVER SHEET EX100 EXISTING CONDITIONS D100 DEMOLITION AND PHASING PLAN IR100 OVERALL IRRIGATION PLAN IR101 NW IRRIGATION PLAN IR102 NE IRRIGATION PLAN IR103 SW IRRIGATION PLAN IR104 SE IRRIGATION PLAN IR200 OVERALL CONTROLLER STATIONING PLAN IR201 NW CONTROLLER STATIONING PLAN IR202 NE CONTROLLER STATIONING PLAN IR203 SW CONTROLLER STATIONING PLAN IR204 SE CONTROLLER STATIONING PLAN IR300 IRRIGATION DETAILS IR301 CONTROLLER STATIONING DIAGRAMS IR302 CONTROLLER STATIONING DIAGRAMS TECHNICAL SPECIFICATION&DRAWING INDEX Page i of 1 @2615 Je6ruy L.Bruce&Company,LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 SECTION 01045 1. Execute work by methods to avoid damage to other work,and which will provide CUTTING AND PATCHING appropriate surfaces to receive patching and finishing. I. GENERAL 2. Refinish surfaces to match adjacent finish. For continuous surfaces,refinish to nearest intersection or natural break. For an assembly,refinish entire unit. A. SECTION INCLUDES 3. Fit work water-tight to pipes,sleeves,ducts,conduit,and other penetrations through 1. Requirements and limitations for cutting and patching work. surfaces. B. RELATED SECTIONS 4. Follow all roof manufacturers'procedures to ensure a leak-proof penetration and to 1. Section 011000-Summary of Work not void warranty. 2. Section 016000-Material and Equipment 5. Each contractor is responsible for coordination of their patching work. 3. Individual Product Specification Sections: a) Cutting and patching incidental to work of the Section. END OF SECTION 01045 C. SUBMITTALS 1. Submit written request in advance of cutting or alteration which affects: a) Structural integrity of any element of Project b) Integrity of weather exposed or moisture-resistant element. c) Efficiency,maintenance,or safety of any operational element. d) Visual qualities of sight exposed elements. ll. PRODUCTS A. MATERIALS 1. PrimaryProducts: Those required for original installation. 2. Production Substitution: For any proposed change in materials,submit request for substitution described in Section 016200. III. EXECUTION A. EXAMINATION 1. Inspect existing conditions prior to commencing work,including elements subject to damage or movement during cutting and patching. 2. After uncovering existing work,inspect conditions affecting performance of work. 3. Beginning of cutting or patching means acceptance of existing conditions 4. Contractor will be responsible for any damages incurred to Owner's property. B. PREPARATION 1. Provide temporary supports to ensure structural integrity of the Work. Provide devices and methods to protect other portions of Project from damage. 2. Provide protection from elements for areas that may be exposed by uncovering work. C. CUTTING AND PATCHING 1. Execute cutting,fitting,patching,and fill to complete the work. 2. Fit products together to integrate with other work. 3. Remove and replace defective or non-conforming work. D. PERFORMANCE 01045-CUTTING AND PATCHING Page 1 of 2 01045-CUTTING AND PATCHING Page 2 of 2 02016 Jof,,y L.B-6 Company,LLC ®2016 Jeffrey L.Bmce&Company,LLC Bunker Hill Irrigation Replacement Project _ August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-73211 2 SECTION 01300 SECTION 01400 SUBMITTALS QUALITY CONTROL SERVICES I. GENERAL I. GENERAL A. REQUIREMENTS INCLUDE A. SECTION INCLUDES 1. Contractor provides submittals to Owner for approval. 1. Quality assurance and control of installation. 2. Once submittals have been approved,a complete parts list will be supplied within 30 2. References. days. 3. Inspection and testing laboratory services. B. RELATED REQUIREMENTS B. RELATED SECTIONS 1. Specified elsewhere: 1. Section 016000-Material and Equipment: Requirements for material and product a) Division One—Submittal Form quality. b) 016200-Substitutions and Product Options C. QUALITY ASSURANCE/CONTROL OF INSTALLATION C. DEFINITIONS 1. Monitor quality control over suppliers,manufacturers,products,services,site conditions,and workmanship,to produce work of specified quality. 1. Shop Drawings: Shop drawings are original drawings prepared by contractor, 2. Comply with manufacturer's instructions,including each step in sequence. subcontractor,sub-subcontractor,supplier or distributor,which illustrate some portion of the work,showing fabrication,layout setting or erection details. 3. Should manufacturer's instructions conflict with contract documents,request a) Prepared by qualified detailer. clarification from Owners representative before proceeding. b) Identify details by reference to sheet and detail numbers shown on contract 4. Comply with specified standards as minimum quality for the work except where more drawings. stringent tolerances,codes,or specified requirements indicate higher standards or more precise workmanship. c) Minimum sheet size: 11"X17". 5. Perform work by persons qualified to produce workmanship of specified quality. 2. Product Data: 6. Secure products in place with a positive anchorage devices designed and sized to a) Manufacturer's standard schematic drawings: withstand stresses,vibration,physical distortion,or disfigurement. (1) Modify to delete information that is not applicable to project. D. References (2) Supplemental standard information to provide additional information 1. Conform to reference standard by date of issue current on date for receiving bids. applicable to project. 2. Should specified reference standards conflict with contract documents,request b) Manufacturer's catalog sheets,brochures,diagrams,schedules, clarification from Owners representative before proceeding. performance charts,illustrations and other standard descriptive data. 3. The contractual relationship of the parties to the contract shall not be altered from the (1) Clearly mark each copy to identify pertinent materials,products or contract documents by mention or inference otherwise in any reference document. models (2) Show dimensions and clearances. END OF SECTION 01400 (3) Show performance characteristics and capacities. (4) Show wiring diagrams and controls. 3. Samples: Physical samples to illustrate materials,equipment orworkmanship. Approved samples establish standards by which complete work is judged. Maintain at site as directed. Protect until no longer needed. END OF SECTION 01300 01300-SUBMITTALS Page 1 of 1 01400:QUALITY CONTROL SERVICES Page 1 of 1 02015 Jaffrey L.B—&Company.LLC 02015 JeH,ey L.Bryce&Company.LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'a:3501530-73211 and 3701530-732112 SECTION 01505 b) Safety: TEMPORARY FACILITIES (1) Adequate illumination for safe movement of authorized persons I. GENERAL through project. A. REQUIREMENTS INCLUDE (2) Adequate illumination for public safety. 1. General Contractor: (3) Special warning lighting for hazardous conditions. a) Temporary enclosures for weather protection of work areas. c) Security: To protect project from unauthorized entry. b) All utilities required by him which: d) Project site: Area bounded by temporary enclosure or fence that excludes public,or as specified on drawings as"Contract Limits". (1) Are in excess of those specified. D. USE OF OWNER'S EXISTING SYSTEMS (2) Exceed capacity of existing or permanent systems(s). 1. Make all arrangements with Owners representative with 24 hours'advance notice. B. RELATED REQUIREMENTS 2. Limitations: 1. Specified elsewhere: a) Regulate all parts of existing systems used for construction purposes. a) Section 014500-Culling and Patching (1) Do not overload systems. When project requirements exceed b) Section 017000-Contract Closeout system capacity,provide separate system to meet needs. c) Section 017423-Final Cleaning (2) Prevent Interference with: 2. Furnished by others: (a) Owner's representative's normal use of system. a) Owner will authorize use of existing facilities for temporary use. (b)Safety. (1) Electrical power service (c) Orderly progress of work. (2) Water service 3. Modify,supplement and extend system to meet temporary utility requirements for (3) Toilets project,subject to approval of Owner's representative. b) Owner will pay all costs of consumables used for construction purposes for 4. Maintain strict supervision of use of temporary facilities. utilities it furnishes. a) Enforce conformance with: c) Contractor requiring Owner furnished services provide and pay for extension (1) Owner's regulations or modification of services to perform the work,and for restoration of services at (2) Specified codes and standards completion of work. C. DEFINITIONS b) Use on designated facilities,systems or portions thereof. 1. Enclosure (1) Electrical power service: a) Temporary: Sufficient preliminary enclosure of an area or structure,of an (a) Provide temporary extension of service to meet lighting entire building,to prevent entrance or infiltration of rainwater,wind and other requirements. elements,and which will prevent undue heat loss from within enclosed areas. (b) Do not overload circuits b) Permanent: Stage of construction at which all moisture and weather (c) Replace all components damaged by Contractor's use. protection elements of construction have been installed in accordance with the 5. Upon completion of work,or when directed by Owner's representative,restore Contract,either for a portion of structure or for entire building. The Owner's existing systems to original condition. representative may certify in writing that the structure or designated portion thereof,is substantially permanently enclosed(for purpose of temporary utilities) II. PRODUCTS when wall,windows and roof are complete and openings left for construction access are adequately closed with moveable materials having an"R"value A. Materials similar to that specified for the finished opening or wall. 1. May be new or used,but shall be adequate for purposes used,shall not create 2. Lighting: To provide the specified minimum lighting levels for the type of lighting unsafe or unsanitary conditions,nor violate specified codes. Comply with Federal and specified. State regulations. a) Work: Specified minimum for work being performed III. EXECUTION 01505:TEMPORARY FACILITIES Page 1 of 3 01505:TEMPORARY FACILITIES _ Page 2 of 3 02015 Jeffrey L.Bruce 8 Company,LLC @2016 Jeff,ey L.muco 8 Company,LLC Bunker Hill Imij.0,1 Replacement Protect August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 Cityof Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-73211112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530.73211 2 A. All Temporary Utilities SECTION 01631 1. Install work in neat and orderly manner. PRODUCTS AND SUBSTITUTIONS 2. Make structurally,mechanically and electrically sound throughout. I. GENERAL 3. Maintain to give safe,continuous service,and to provide safe working conditidns. A. REQUIREMENTS INCLUDE: 4. Modify and extend systems as work progresses. 1. Base all bids on providing all products exactly as specified. B. Installation 2. For products specified only by reference or performance standards,select any 1. Electrical: approval which meets or exceeds standards,by any manufacturer,subject to written approval by the manufacturer. a) Do not run branch circuits on floor or on ground. 3. For products specified by naming several products or manufacturers,select any b) Wiring for temporary equipment: product and manufacturer named. (1) Wire all safety devices specified for operation of equipment. B. SUBSITITUTIONS,BIDDER/CONTRACTOR OPTIONS (2) Check operation of all safety devices. 1. Prior to bid opening:The Owner will consider written requests to amend the bidding C Removal documents to add products not specified provided such requests are received at least 5 calendar days prior to bid opening date. Requests received after that time will not be 1. Upon prior written authorization,completely remove temporary materials and considered. Contractor to ensure specified materials are available prior to bidding equipment. project. 2. Repair all damage caused by installation. Restore to original conditions. 2. With bid: A bidder may propose substitutions with his bid. Owner's representative will review proposed product substitution list of low bidder and recommend approval or rejection prior to award of contract. END OF SECTION 01505 3. After award of contract: No substitutions will be considered after Notice of Award except under one or more of the following conditions: a) Substitutions required for compliance with final interpretations of code requirements or insurance regulations. b) Unavailability of specified products,through no fault of Contractor. c) Subsequent information discloses inability of specified product to perform properly or to fit in designated space. d) Manufacturer/fabricator refusal to certify or guarantee performance of specified product as required. e) When a substitution would be substantially to Owner's best interests. C. SUBSTITUTION REQUIREMENTS 1. Submit six(6)copies of each request for substitution. Include in request: a) Complete data substantiating compliance of proposed substitution with contract documents. b) For products: (1) Product identification,including manufacturer's name and address. (2) Manufacturers literature: (a) Product description (b) Performance and test data (c) Reference standards (3) Samples 01505:TEMPORARY FACILITIES Page 3 of 3 III ®2015 JeBreyL.Bryce.Company,LLC 01031-PRODUCTS AND SUBSTITUTIONS Page 1 of 2 02016Jefirey L.Bruce 8 Company.LLC Bunker Hill Irrigation Replacement Project August 31,2016 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 (4) Name and address of similar projects on which product was used, and dale of installation. SECTION 01700 c) For construction methods: PROJECT CLOSEOUT (1) Detailed description of proposed method. I. GENERAL (2) Drawings illustrating methods. A. SECTION INCLUDES d) Itemized comparison of proposed substitution with product or method 1. Final cleaning specified. e) Data relating to changes in construction schedule. 2. Project record documents f) Identify: Changes or coordination required. 3. Operation and maintenance data g) Accurate cost data on proposed substitution in comparison with product or 4. Warranties method specified. 5. Spare parts and maintenance materials 2. In making request for substitution,bidder/contractor represents: B. FINAL CLEANING a) He has personally investigated proposed product or method and determined 1. Execute final cleaning prior to final project assessment. that it is equal or superior in all respects to that specified. 2. Remove waste and surplus materials,rubbish and construction facilities from b) He will provide the same guarantee for substitution as for product or method the site. specified. C. PROJECT RECORD DOCUMENTS c) He will coordinate installation of accepted substitutions into work,making all I. Maintain on-site one set of the following record documents;record actual such changes as may be required for work to be complete in all respects. revisions to the work: d) Cost data is complete and includes all related costs under his contract. a) Drawings 3. Substitutions will not be considered if: b) Specifications a) They are indicated or implied on shop drawings or product data submittals c) Addenda without formal request submitted in accordance with Paragraph 1.04. b) Acceptance will require substantial revision of contract documents. d) Change Orders and other modifications to the Contract e) Reviewed Shop Drawings,Product Data,and Samples. END OF SECTION 01631 2. Store record documents separate from documents used for construction. 3. Record information concurrent with construction progress. 4. Specifications: Legibly mark and record at each product section description of actual products installed,including the following: a) Manufacturer's name and product model and number. b) Product substitutions or alternates utilized. c) Changes made by Addenda and Modifications. 5. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: a) Field changes of dimension and detail. b) Details not on original contract drawings. 6. Submit documents to Owner's representative with claim for final application for payment. D. OPERATION AND MAINTENANCE DATA 1. Submit per 017823-Operation and Maintenance Data. E. SPARE PARTS AND MAINTENACE MATERIALS 01631-PRODUCTS AND SUBSTITUTIONS Page 2 of 2 01700-PROJECTCLOSEOUT Page 1 of 2 02015 Jeffrey L.H, 8Company.LLC 02015 Jeffrey L.Bruce 8 Company,LLC Bunker Hill Inigallon Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 1. Provide products,spare parts,maintenance,and extra materials in quantities specified in individual specification sections. SECTION 02810—GOLF COURSE IRRIGATION SYSTEM 2. Deliver to and place in location as directed. PART 1-GENERAL END OF SECTION 01700 1.1 SUMMARY A. Furnishing all labor, materials, equipment,facilities,transportation and services to complete all water supply connections, irrigation system and related work as shown on the Drawings and specified herein. 1. Furnish and install a complete golf course irrigation plumbing and distribution system as shown on the drawings and specified herein.The existing Toro OSMAC Irrigation Control System and satellite controllers shall be preserved. The project includes connections to existing pumping station and water supply,all electrical equipment and connections from the satellite controllers to the new irrigation heads as required to provide a complete and operational golf course irrigation system,as per city specifications. B. Scope of work: The general extent of the irrigation system work is shown on the Drawings and may include,but is not necessarily limited to the fallowing: 1. Installation of all irrigation distribution equipment,such as sprinkler heads,piping,fittings,and appurtenances,etc. 2. Installation of related control equipment, such as remote control valves, manual isolation valves,quick coupler valves,drain valves,etc. 3. Installation of related irrigation monitoring equipment such as flow sensors,etc. 4. Installation of Installation of electronic controllers,including necessary electrical connections, low-voltage wiring,lightning protection,grounding,shielding,bonding. C. Related Sections: 1. Included Division 02 through Division 33 technical specifications 1.2 SUBMITTALS A. Procedures: Furnish technical data describing the quality and performance of each material component or system to be used in the Work as required by the Drawings or Specifications. B. Provide complete product submittals for each equipment item described within this section. Submittals shall indicate model selected and where more than one type shall be used,contractor shall indicate the intended application of each. C. For equipment selected by contractor other than that specified,the contractor shall be required to provide a complete set of irrigation system drawings with alternate product performance data, demand analysis and pressure flow calculations which must meet system design parameters and 02810—GOLF COURSE IRRIGATION Page i of 23 01700-PROJECT CLOSEOUT Page 2.1`2 ®2015 Jefi,ey L.Bruce 8—pang,LLC ©2015 Jd f,.y L.Bruce&Company,LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 performance criteria of these construction documents precisely to secure approval. This includes on the plans or In the specifications shall take precedence over the requirements of said rules and an equivalent number of irrigation heads and coverage pattern. regulations. D. Submit shop drawings and/or catalog cuts for the followings items furnished under this section. C. Wherever the term"as per manufacturer's specifications and/or instructions,"is used,it shall mean Piping Specialties in strict accordance with the manufacturer's printed directions. If these directions'conflicts with this Valve-in-head Sprinklers Specification,the matter shall be brought to the Architect's attention and his instructions obtained Controller System Components before proceeding with the work. Grounding Wiring/Electrical Specialties D. Bidder Qualifications:The irrigation contractor must have completed five(5)golf course irrigation projects on existing,fully grassed golf courses(18 holes)in the past five(5)years in order to qualify for this project.At least one of these projects must have utilized all HDPE pipe.Please list 1.3 COORDINATION,SEQUENCE AND SCHEDULING the projects below and designate those which utilized HDPE pipe. A. The Contractor shall be solely responsible for coordinating,sequencing and scheduling all work 1. Supply the name of your irrigation foreman or project manager for this project who will be on with all applicable trades and/or sub-contractors so as to insure proper and timely performance. site full time during construction,and list the projects for which he has had irrigation installation responsibility within the past five years;designate those projects that included HDPE pipe B. Schedule and coordinate all required irrigation utility connections with other project trades and/or installation.(Include the name of a contact person and phone number for each project). utility companies. E. The publications and standards listed below form a part of this specification to the extent C. Obtain information pertaining to the location of all existing utility lines and appurtenances prior to referenced.The publications and standards are referred to in the text by the basic designation only. irrigation installation. F. American Society for Testing and Materials(ASTM) D. The Contractor shall work with the Owner to minimize disruption to the use of the course.It is intended that the work will be undertaken in such a way that,until completion,not more than two 1. B62-09-Standard Specifications for Composition Bronze or Ounce Metal Castings holes will be unfit for normal use at any given time.Therefore,prior to the commencement of any work,the contractor will propose a work schedule for approval by the owner's representative,such 2. D1784-08-Standard Specifications for Rigid(PVC)Compounds and Chlorinated Polyvinyl approval not to be unreasonably withheld or delayed. Chloride(CPVC)Compounds E. The contractor shall use his best efforts to meet the work schedule as so approved,but subject to 3. D1785-06-Standard Specifications for(PVC)Plastic Pipe,Schedules 40 and 80 such changes as may be dictated from time to time by the circumstance;and approved by the owners representative. 4. D2241-05-Standard Specifications for PVC Pressure-Rated Pipe(SDR Series) 5. D2564-Standard Specifications for Solvent Cements for(PVC)Plastic Pipe and Fittings 1.4 PROGRESS DRAWINGS 6. D2737-Standard Specifications for Pipe Manufacturing A. Comply with applicable technical specifications, product performance data and operational characteristics. 7. D2846-Standard Specification for Chlorinated Poly(Vinyl Chloride)(CPVC)Plastic Hot-and Cold-Water Distribution Systems B. Accurately record locations of all piping and equipment that varies from what is shown on the Drawings horizontally to within 12 inches and vertically to within 6 inches. 8. D3261-Standard Specifications for Manufacturing of Butt Fusion Fittings C. Progress drawings shall be kept on-site and updated on a daily basis. 9. D3350-08 Standard Specification for Polyethylene Plastics Pipe and Fillings Materials 10. F441/F441 M-09 Standard Specification for Chlorinated Poly(Vinyl Chloride)(CPVC)Plastic 1.5 QUALITY ASSURANCE Pipe,Schedules 40 and 80 A. Contractors Quality Assurance Responsibilities:Contractor is solely responsible for quality control 11. F477-08-Specification for Electrometric Seals(Gaskets)For Joining Plastic Pipe. of the Work and equipment. 12. F493-04-Standard Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride) B. All work shall be in full accordance with the latest rules and regulations of the Safety Orders of the (CPVC)Plastic Pipe and Fittings State,the Uniform Plumbing code and other applicable State or local codes or regulations.Nothing 02810—GOLF COURSE IRRIGATION Page 2 of 23 02810—GOLF COURSE IRRIGATION Page 3 of 23 82016 Jeffrey L.Bruce 8 Company.LLC 62016 Jeffrey L.Bruce 8 Company,LLC Bunker HIII Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-7321112 13. F656-08-Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl 1.6 DELIVERY,STORAGE,AND HANDLING Chloride)(PVC)Plastic Pipe and Fittings A. During loading,transportation and unloading,every precaution shall be taken to prevent injury to 14. F714-Standard Specifications for Pipe Manufacturing the pipe.No pipe shall be dropped from cars or trucks,or allowed to roll down slides without proper retaining ropes. During transportation each pipe shall rest on suitable pads,strips,skids or blocks 15. F1055-Standard Specifications for Manufacturing of Electrofusion Fittings securely wedged or tied in place.Any pipe damaged shall be replaced. 16. F2164 - Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic B. Pipe and Large Fitting Handling:A nylon fabric choker sling capable of safely handling the weight Pressure of the pipe or fitting,shall be used to lift,place and move pipe and fittings. G. American Water Works Association(AWWA) C. Store pipe in a neat and orderly manner fully supported and protected from construction activity. 1. C901-Standard Specifications for Pipe Pressure Classifications D. All equipment shall be delivered,unloaded and handled so as to protect from damage at all times. 2. C906-Standard Specifications for Pipe Pressure Classifications 1.7 PROJECT/SITE CONDITIONS H. National Fire Protection Standards(NFPA) 1. NFPA 90A-Standard for the Installation of Air-Conditioning and Ventilating Systems A. The project consist of the following types of irrigation on the golf course site: 2. NFPA 262-Standard Method of Test for Flame Travel and Smoke of Wires and Cables for 1. Sprinkler rotor head irrigation and gate valves and quick couplers. Use in Air-Handling Spaces 3. Contractor shall comply with all fire protection standards as outlined in Division 7. 2. Sleeving of irrigation pipe. I. Standards:Comply with all applicable provisions of the latest edition of the following codes: B. HDPE shall not be joined during wet conditions per the discretion of Owners Representative. 1. UPC Uniform Plumbing Code C. Backfilling shall not be performed during excessively wet conditions per the discretion of Owner's Representative 2. BOCA Buildings Officials and Codes Administrators A. Service Interruption:The Contractor shall notify all parties that will be affected,two hours prior to 3. UBC Uniform Building Code the time he will disconnect or interrupt known sewer or water service or immediately upon the interruption of a service not shown on the plans.All service so interrupted or damaged shall be 4. NEC National Electric Code immediately repaired and service restored.No service shall be left inoperative overnight. 5. Institute of Electrical and Electronics Engineers—IEEE 1100-1999 Recommended Practice for 1.8 WARRANTY Powering and Grounding Electronic Equipment A. Contractor shall provide a written warranty covering the entire system against defects in 6. Plastics Pipe Institute(PPI)recommendations for hydrostatic design stresses for PVC pipe. installation,workmanship and equipment for a period of one year from date of Final Acceptance. 7. Local codes and jurisdiction requirements for The City of Dubuque,Iowa'. B. After the system is installed and approved,instruct maintenance staff in the complete operation J. Permits and Fees: Contractor is responsible to obtain all required permits and pay all associated and maintenance of the system. fees unless otherwise noted. C. After the system is installed and approved,the Contractor shall facilitate a meeting(s)to instruct the K. Provide labeled equipment certif in approval or listing,as hereinafter specified,b the following irrigation manager, groundskeeper personnel and maintenance staff in the complete operation, certifying pp 9, p y g winterization,and maintenance of the system. organizations: 1. NSF National Sanitation Foundation 1. 'Irrigation Contractor shall provide a minimum of 4 hours of on-site training to the Owners landscape management company after acceptance of the project. 2. UL Underwriters Laboratories 1.9 MANUFACTURER'S WARRANTY 02810—GOLF COURSE IRRIGATION Page 4 of 23 02810—GOLF COURSE IRRIGATION Page 5 of 23 02016 Jeffrey L.Brace B Company,LLC 02016 Jaff,oy L.Brace B Company,LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2016 City of Dubuque,Iowa CIP#'s:3501630-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 A. Contractor shall provide Owner with a warranty transfer that shall confer all applicable product 3. Materials.Polyethylene pipe and fittings shall be made from resin meeting the requirements of warrantees and replacement benefits to the Owner upon final acceptance. the Plastic Pipe Institute as PE3408. The resin shall meet the requirements of ASTM D3350- 08 with a cell classification of 345464C. The requirements of this cell classification are: B. Provide this warranty transfer for each manufacturer whose products have been installed on the project. HDPE Resin Specifications: 1.10 MAINTENANCE PROPERTY SPECIFICATION UNIT TYPICALVALUE Material Designation PPI/ASTM PE3408 A. Service: Contractor shall service and maintain system until the work has been deemed Material Approval NSF#14 Substantially Complete or project completion as directed by the Owner's Representative. Material Classification ASTM D 1248 III C 5 P34 B. Irrigation system shall be under full automatic operation for a period of two calendar days prior to Cell Classification ASTM D 3350-08 345464C any turf restoration in a given area. Density ASTM D 1505 g/cm3 0.955 Acceptance and start of warrant Melt Index ASTM D 1238 gm/10 min 0.11 C. Final Acce p y period shall occur upon reaching compliance with all related Flexural Modulus ASTM D 790 kPa 930,750 punch list items identified as substantial completion inspection by Owner's Representative. Tensile Strength ASTM D 638 kPa 22,000 Slow Crack Growth ESCR ASTM D 1693 hours in 100%igepal>5,000 PART 2-PRODUCTS PENT ASTM F 1473 hours >100 HDB @ 22.82C ASTM D 1693 kPa 11,000 UV Stabilizer ASTM D 1603 %C 2.5% 2.1 GENERAL B. Pipe 3"and Smaller-Pipe shall be manufactured from a PE 3408 resin listed with the Plastic Pipe A. Manufacturer:Subject to compliance with requirements,provide products of the following: Institute(PPI)as TR-4.The resin material will meet the specifications of ASTM D-3350-08 with a cell classification of PE:345464C.Pipe shall have a manufacturing standard of ASTM D-3035 and 1. Toro Sprinkler Systems ASTM D-2737(CTS).Pipe shall be DR 9(200psi WPR)unless otherwise specified on the plans. The pipe shall contain no recycled compounds except that generated in the manufacturer's own 2. Or Approved equal. plant from resin of the same specification from the same raw material.All pipes shall be suitable for use as pressure conduits,and per AWWA C901,have nominal burst values of three times the B. Use only new materials of brands shown on Drawings,specified herein or as acceptable to the Working Pressure Rating(WPR)of the pipe. Pipe shall also have the following agency listing of Owner's Representative. NSF 61. 1. Pipe shall be supplied by ISCO Industries,LLC or approved equal. 2.2 PIPE MATERIALS 2. The pipe shall contain no recycled compounds except that generated in the manufacturer's A. High-Density Polyethylene Pipe:All pipe and hose is free of blisters,internal striations,cracks or own plant from resin of the same specification from the same raw material. any other defects or imperfections.The pipe and hose are continuously and permanently marked with manufacturer's name,material type,size,and schedule or class and quality control 3. The Contractor shall purchase the 2"HDPE pipe in 1000 ft.or 2000 ft.rolls and use a Line identifications. Tamer to de-curve the pipe to make it suitable for installation. 1. Qualifications of Pipe Manufacturers.The HDPE pipe shall be manufactured in a plant capable C. Polyvinyl Chloride(PVC)Plastic Pipe: of providing continuous quality control through inspection. The facility shall have the necessary testing equipment to verify that the pipe meets the requirements of AWWA C901 or 1. 4"or larger:Class 200(SDR 21),Type 1,Grade 1 polyvinyl chloride(PVC)with integrally C906,NSF Standard 461 and ASTM standards. molded bell joint connections,conforming ASTM D1784 and D2241.Rubber gasket rings: ASTM D1869.Color:Blue.Ring Tite pipe as,manufactured by Johns Manville Corporation. 2. Qualifications of the Fittings Manufacturer.The facility shall have the necessary testing equipment to verify that the fittings meet the requirements of AWWA C901 for sizes 13mm to 2. 3"or smaller(Alternate 2&3 only):ASTM D 2467,Schedule 40,socket type,Type 1,Grade 1 51 mm(%"to 2")and AWWA C906 for sizes 76mm to 1372mm(3"through 54"). polyvinyl chloride(PVC)with solvent weld or threaded connections in conformance with ASTM D1784 and D2466:uniformly white in color. D. Copper Pipe(if used):Seamless Copper Pipe:ASTM B88,Type K. 02810—GOLF COURSE IRRIGATION Page 6 of 23 02810—GOLF COURSE IRRIGATION Page 7 of 23 02015 Jofir"y L.Bmce&Company,LLC 02016 Jeffrey L.Bryce&Company,LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 37011530-73211112 1. Copper Unions:ASME B16.18,cast copper alloy body,hexagonal stack,with ball-and-socket 2. 3"of smaller(Alternate 2&3 only):ASTM D 2467,Schedule 40,socket type,Type 1,Grade 1 joint,metal-to-metal sealing surfaces,and solder-joint,threaded or solder-joint,and threaded polyvinyl chloride(PVC)with solvent weld or threaded connections in conformance with ASTM ends. D1784 and D2466:uniformly white in color. 2. Threaded Ends:Threads conforming to ASME B1.20.1. 3. Ductile iron joint restraints shall be installed on all fittings and gate valves connecting 4"and larger ring joint PVC pipe. E. Steel Pipe(if used):Schedule 40 Carbon steel pipe ASTM Grade B seamless,.188 minimum wall thickness. Welded joints will be used in fabricating sections under pavement. C. Metallic:Cast bronze with standard iron pipe thread;57 kg(125 Ib.)class rating in conformance with ANSI 816.15. F. Ductile Iron Pipe(if used):AWWA C151,with cement mortar lining complying with AWWA C104; Class 51 unless otherwise indicated. 1. Dielectric Fittings:Assembly or fitting with insulating material isolating joined dissimilar.metals to prevent galvanic action and slop corrosion.These devices are a combination of copper G. Sleeves:All new sleeves shall be PVC Schedule 40.Install sleeves in locations as shown on the alloy and ferrous metal;threaded-and solder-end types,matching piping system materials. drawings and at the depths specified for laterals and mainlines. 2. Dielectric Unions:Factory-fabricated,union assembly,designed for 17.2 bar(250 psig) H. Swing Joints: Thread triple swing joints(1-1/2"),Toro Ultra 4x90 Series Filling or approved equal. minimum working pressure at 820C(180°F).Include insulating material isolating dissimilar metals and ends with inside threads according to ASME 81.20.1. 2.3 FITTINGS 3. Dielectric Flanges:Factory-fabricated,companion-flange assembly for 10.3 bar(150 psig)or 20.7 bar(300 psig)minimum pressure to suit system pressures. A. High-Density Polyethylene Pipe Fittings: 4. HDPE-PVC Transition Fittings:Manufactured assembly or fitting,with pressure rating at least 1. Pipe 3"and smaller.Butt Fusion Fittings-Fittings shall be PE3408 HDPE,Cell Classification equal to that of system and with ends compatible to piping where fitting is to be installed. of 345464C as determined by ASTM D3350-08,and approved for AWWA use. Butt Fusion Fillings shall have a manufacturing standard of ASTM D3261. Molded&fabricated fittings D. Copper:ANSI B16.22 wrought copper or cast brass,recessed solderjoint type fittings. shall have a pressure rating equal to the pipe unless otherwise specified in the plans. Fabricated fittings are to be manufactured using Data Loggers.Temperature,fusion pressure E. Nipples: and a graphic representation of the fusion cycle shall be part of the quality control records. All fittings shall be suitable for use as pressure conduits,and per AWWA C906,have nominal 1. Metallic:Schedule 40 red brass(35%copper,15%zinc)pipe:threaded both ends.Pipe shall burst values of three and one-half times the Working Pressure Rating(WPR)of the fitting. be in accordance with ASTM B43. 2. Electrofusion Fittings-Fittings shall be PE3408 HDPE,Cell Classification of 345464C as 2. Plastic:Factory-threaded Schedule 80,Type 1,Grade 1 polyvinyl chloride(PVC)pipe, determined by ASTM D3350-08. Electrofusion Fittings shall have a manufacturing standard of threaded both ends.Pipe shall be in conformance with ASTM D1784 and D1785.Color:gray. ASTM F1055.Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the plans.All electrofusion fittings shall be suitable for use as pressure conduits, F. Interchangeability of Pipe and Fittings. High-density polyethylene pipe and fittings can be supplied and per AWWA C906,have nominal burst values of three and one-half times the Working by different manufacturers as long as they meet the ASTM D3350-08 cell classification. Pressure Rating(WPR)of the fitting. G. Pipe Manufacturers Qualify Control. The pipe manufacturer shall have an ongoing Quality Control 3. Flanged and Mechanical Joint Adapters-Flanged and Mechanical Joint Adapters shall be PE program for incoming and outgoing materials. High-density polyethylene(HDPE)resins for 3408 HDPE,Cell Classification of 345464C as determined by ASTM D3350-08. Flanged and manufacturing of pipe shall be checked for density,melt flow rate,and contamination. The Mechanical Joint Adapters shall have a manufacturing standard of ASTM D3261.Fittings shall manufacturer of the HDPE resin shall certify the Cell Classification as indicated previously in this have a pressure rating equal to the pipe unless otherwise specified on the plans. section.These incoming resins shall be approved by plant Quality Control and verified to be approved by NSF before being converted to pipe. B. Polyvinyl Chloride(PVC)Plastic Pipe Fittings: 1. Pipe shall be checked for outside diameter,wall thickness,length,roundness,and surface 1. 4"and Larger:Fittings for integral bell with rubber ring gasket pipe shall be of the gasket type. finish on the inside and outside and end cut. Ductile iron fittings shall be manufactured of ductile iron,grade 70 55 05 in accordance with ASTM A 536.Fittings shall be HARCO DEEP BELL as manufactured by The Harrington H. Fittings Manufacturer's Quality Control. The filling manufacturer shall have an on-going quality Corporation of Lynchburg,VA or approved equal. control program for incoming and outgoing materials. The resin shall be checked as indicated previously in this section.Pipe for fabricated fittings shall be checked as indicated previously in this section.Molded fittings shall be inspected for voids and knit lines. All fabricated fittings shall be inspected for joint quality and alignment.All fabricated fittings welds shall be made using a 02810—GOLF COURSE IRRIGATION Page 8 of 23 02810—GOLF COURSE IRRIGATION Page 9 of 23 ®2016 Jeffrey L.B­&Company.LLC ®2015 Jeff,ey L.8n &Company.LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker HIII Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 DataLogger.A record of the temperature,pressure and graph of the fusion cycle shall be 3) Approved equal maintained by the filling manufacturer. C. Copper Pipe and Fittings 2.4 JOINING METHODS AND MATERIALS 1. Solder:ASTM B 32,Alloys Sn95 and E. A. HDPE Pipe and Fittings D. Miscellaneous Pipe and Fittings 1. Butt Fusion Joining: 1. Gaskets and Fasteners for Metal and Metal-to-Plastic Flanged Joints:ASME B16.21, a. Plain end pipe and fittings shall be made using butt fusion. The butt fusion procedures nonmetallic,asbestos-free,flat,3mm(1/8-inch)thickness gaskets and ASME B18.2.1,carbon shall be in accordance with the manufacturer or the Plastics Pipe Institute(PPI). The steel bolts,nuts,and washers. fusion equipment operator shall receive training using the recommended procedure. The Contractor shall be responsible to verify that the fusion equipment is in good 2. Gaskets for Plastic Flanged Joints:Materials recommended by plastic pipe and fitting's operating condition and that the operator has been trained within the past twelve manufacturer. months. The fusion equipment shall be equipped with a DataLogger. Records of the welds(heater temperature,fusion pressure,and a graph of the fusion cycle)shall be 2.5 VALVES maintained for five(5)years. Fusion beads shall not be removed. b. Training:The supplier of the pipe and fittings shall provide a person certified by the pipe manufacturer and the fusion equipment manufacturer to train contractor fusion A. Manual Isolation Valves: equipment operators and inspectors representing the Government. 1. Gate Valves:4 Inches(80 mm)and larger: 2. Mechanical Joining. Polyethylene pipe and fillings may be joined together using Flanges or a. AWWA C500, cast iron double disc, bronze disc and seat rings or AWWA C509, Mechanical Joint(MJ)adapters. These fittings shall be made from PE 3408 HDPE,with a Cell resilient seated stem,cast iron,or ductile iron body and bonnet,stem nut,200 psig Classification of 345464C as determined by ASTM D3350-08. Flanged and MJ adapters shall working pressure; and ends that fit NPS dimension,PVC pipe. Include elastomeric have a manufacturing standard of ASTM D3261.They shall have a pressure rating equal to gaskets. the pipe unless otherwise specified on the plans. 3. Electrofusion Coupling Joining. Polyethylene pipe and fittings may be joined using approved 2. Gate Valves:3 inches and Smaller electrofusion couplings. Fillings shall be PE34.08 HDPE,Cell Classification of 345464C as a. WW-V-35C,Type 2, solid body and screw bonnet of ASTM B 62 cast bronze,with determined by ASTM D3350-08. Electrofusion Fittings shall have a manufacturing standard of threaded or solder joint ends. Include polytetrafluoroethylene (PTFE)-impregnated ASTM F1055.Fittings shall have a pressure rating equal to the pipe unless.otherwise packing.Model T-29 Series as manufactured by Nibco or approved equal. specified on the plans.All electrofusion fittings shall be suitable for use as pressure conduits, and per AWWA C906,have nominal burst values of three and one-half limes the Working 3. Manual Drain Valves (if used):All manual drain valves shall be 19mm(3/4-inch) Mueller Pressure Rating(WPR)of the fitting. Oriseal or approved equal and installed as per details on the drawings(at low points in the mainline to accommodate a minimum mainline slope of 1%.This valve is to be installed on B. PVC Pipe Fittings(Alternate 2&3 only) mainlines only. 1. Use of solvent cement,cement,or primer on the green roof assembly shall implement a B. Quick Coupler:Factory fabricated,2 piece assembly.Include coupler water seal valve; removable process to eliminate any chemical reaction with expanded polystyrene foam material. upper body with spring loaded or weighted,rubber covered cap;hose swivel with ASME B1.20.7, a. Solvent Cement:ASTM F 493 and ASTM D2846 solvent cement in color other than 1"-11.5NH threads for garden hose on outlet;and operating key. orange for use in irrigation piping,compatible with CPVC pipe for irrigation piping and 1. Locking top option:Include vandal resistant,locking feature with 2 matching keys. of proper consistency. 1) IPS Corporation Flowguard for pipe up to 63mm(2")in nominal pipe size. 2. Model 476-01 with 466.01 keys and 477-00 or approved equal. 2) Low VOC CPVC Yellow Medium-Bodied Cement by J.C.Whillam Mfg.Company C. Air-Relief Valve:Shall be 2"Bermad#4415 or approved equal per detail. 3) Approved equal D. Water Hammer Arresters:Water Hammer Arresters:ASME All 12.26A M,ASSE 1010,or PDI WH b. Primer:ASTM F 656 primer in color other than orange for use in irrigation piping, 201,bellows or piston type with pressurized cushioning chamber.Sizes are based on water supply compatible with CPVC pipe for irrigation piping and of proper consistency. fixture units,ASME Al 12.26.1 M sizes"A"through"F"and PDI WH 201 sizes"A"through"F." 1) IPS Corporation Weld-on#P-70. 2) Low VOC Purple Primer by J.C.Whillam Mfg.Company 02810—GOLF COURSE IRRIGATION Page 10 of 23 02810—GOLF COURSE IRRIGATION Page 11 of 23 0 2016 Joffroy L.H.-&Company,LLC 02015 Jeffrey L.Bruce&Company,LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530432112 E. Valve Boxes:Valve boxes shall be of a variety as produced by Armor Access Boxes,Carson,or E. The Contractor shall supply any additional station modules or system parts as required to provide approved equal. complete functionality for the irrigation replacement system. The Contractor shall inspect the existing controller system to understand the requirements of this system upgrade. 1. Manual Isolation Valve boxes: All valve boxes for manual isolation valves will be round boxes with twist-off type lids unless manifolded in remote control valve boxes. F. This work includes the programming of the central control system to ensure proper operation of the new plumbing and irrigation distribution system. 2. Remote Control Valve boxes: All valve boxes for remote control valves will be rectangular boxes 304mm(12")with vandal-resistant locking lids. 2.8 SUPPORTING DEVICES 2.6 ROTOR HEADS A. Provide all necessary inserts,fasteners,clamps rods,hangers,saddles,supports,anchor bolts, nuts, washers, and steel plates and shapes as required to properly support all piping and A. Greens or Tees Valve-In-Head Rotor(Part or Full Circle):The sprinklers,where indicated on the equipment included under this section. drawings,shall be Rotary Pop-Up type,Toro Model FLEX800 54 Series Rotors,as indicated and specifically designed for underground installation. The sprinklers shall be single nozzle and shall B. Supporting devices shall be as manufactured by Grinnell or equivalent,and recommended for the be capable of covering 68 feet radius at 65 PSI base pressure with a discharge rate(at the application. . specified base pressure)of 24.8 GPM when supplied with a 453 discharge nozzle. Pop-up height shall be not less than 2-5/16 inches. 2.9 THRUST BLOCKS B. Fairway Valve-In-Head Rotor(Part or Full Circle):The sprinklers where indicated on the drawings, shall be Rotary Pop-Up type, Toro Model FLEX800 55-6 Series Rotors, as indicated and A. Thrust blocks will be composed of concrete aggregates meeting ASTM Specifications C 33,and specifically designed for underground installation. The sprinklers shall be double nozzle units and Portland Cement meeting ASTM Specification C 150,or Air Entrained Portland Cement meeting shall be capable of covering 76 feel radius at 65 PSI base pressure with a discharge rate(al the ASTM Specification C 175.Mix shall be no leaner than one(1 )cement,two and one half(2 1/2) specified base pressure)of 33.8 GPM when supplied with a#55 range nozzle and a 11.5 spreader sand,five(5)stone,having a compression strength of not less than two thousand(2,000)psi,in nozzle. Pop-up height shall be not less than 2-5/16 inches. thirty six(36)hours when using high early cement(types III or Ilia)or seven(7)days when using standard cement(types I or la). 2.7 AUTOMATIC CONTROL SYSTEM(EXISTING) 2.10 MISCELLANEOUS TOOLS&EQUIPMENT A. General:The existing automatic controllers are commercial type hybrid controllers manufactured expressly for control of automatic circuit valves of golf course irrigation systems. Provide four A. Low Voltage Wire: programs with number of circuits as noted on the drawings. The controller shall have factory 1. Control wires shall be UL rated for interior use and direct burial,Type THHN/THWN,14-gauge installed lightning and surge arresters for both input/output protections.UL listed. wire.Insulating jacket color shall be red. 2. Common wires shall be UL rated for interior use and direct burial,Type THHNITHWN,12- B. Existing Central Controllers:E-SeriesT"OSMAC®field satellite controller configured for controlling gauge wire. Insulating jacket color shall be white. up to 48 or 64 independent stations,expandable in groups of eight by using up to eight modular, 3. Spare control wires shall be UL rated for interior use and direct burial,Type THHN/THWN,14- eight-station output circuit cards.The maximum station count is determined by the central control gauge wire;Insulating jacket color shall be blue. product specified with the field satellite.24-volt power to 8-station output cards shall be supplied by 4. Spare common wire shall be UL rated for interior use and direct burial,Type THHN/THWN, a parallel distribution board that is capable of bypassing a faulty board while still providing power to 12-gauge wire. Insulating jacket color shall be green. the remaining 8-station boards. B. Splice Kits shall be Regular DBY-6 and/or D8R-6 splice kits. C. The controller operate with an input voltage of 117/240v S.C.(+/-10%),50/60 hz.The input voltage is selectable between 117 to 240 as standard equipment.The controller is capable of delivering 0.25 amperes(holding)at 24v B.C.Per station. Each station has built-in surge protection.The PART 3-EXECUTION controller shall be capable of operating twelve simultaneous stations for a total secondary output current of 3.0 amperes(holding)at 24v B.C. 3.1 GENERAL D. The controller contains a radio frequency receiver and decoder capable of receiving and decoding standard digital paging signals(pocsag sequential code,no return to zero,fsk modulation).The A. Verification of Conditions:Examine the areas to receive the Work and the conditions under which decoder board shall also have a 9-pin connector as a link to a laptop and software to conduct field the Work would be performed. Remedy conditions detrimental to the proper and timely completion diagnostics. of the Work. Do not proceed until unsatisfactory conditions have been corrected. 02810—GOLF COURSE IRRIGATION Page 12 of 23 02810—GOLF COURSE IRRIGATION Page 13 of 23 62015 Jeffrey L.B-8 Company,LLC 62016 Jeffrey L,nmw 8 Company,LLC Bunker Hill Inigalion Replacement Project August 31,2016 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501630-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'a:3501530-73211 and 3701530-732112 B. The Contractor shall install all golf course replacement irrigation system components in accordance E. Securely cover openings into the system and cover apparatus,equipment,and appliances,both with the Plans,Details and these Specifications. The workmanship of the entire job must in every before and after being set in place,to prevent obstruction in the pipes and the breakage,misuse or way be first class,and only experienced and competent persons will be allowed to work on the disfigurement of the apparatus,equipment or appliances. project. F. Water Protection:Contractor shall,at all times,protect excavation,trenches,and structures from C. Supervision:The Contractor,personally or through an authorized and competent representative damage from rain water,spring water,ground water,backing up of drains and sewers,and all other shall supervise the work constantly, and shall as far as possible keep the same foremen and water. workmen on the job from commencement to completion. The workmanship of the entire job must in every way be first class,and only experienced and competent workmen shall be utilized for G. Temporary Drainage:Contractor shall construct and maintain all necessary temporary drainage installation and do all pumping necessary to keep excavations free of water.Water may be drained to adjacent D. Schedule of Work:The Irrigation Contractor shall be responsible for the installation of the piping properties upon approval from the Owner's Representative. and equipment in a manner that will facilitate the earliest completion of the work in conformance H. When crossing existing cart paths,Contractor is to saw cut the edges of the trench crossing the with the construction progress schedules of other Contractors and Trades, and these cart path,remove the disturbed concrete or asphalt,and pour new concrete or use asphalt to patch Specifications. disturbed area to match existing cart path.. E. Observations:In addition to normal progress inspection,the Contractor shall give at least seven(7) calendar days prior notice to Owners Representative for observation of the work as follows: 3.3 LAYOUT AND VERIFICATION 1. Layout of the system A. Before starting work on irrigation system,carefully check all grades to determine that work may safely proceed,keeping within the specified material depths. The Contractor shall be aware of the 2. Observation of trenches,backfilling and equipment fact that the drawings are horizontal dimensions. 3. Pressure tests and flushing operation B. The Contractor's Irrigation Foreman will lay out and stake the location of sprinklers and main line 4. Coverage adjustment routing and other appurtenances to be installed for approved by the Owner's Representative 5. Automatic operation. C. The contractor shall notify the Irrigation Consultant: 1. The as-staked drawing will incorporate any deviations from the original Irrigation drawings. 3.2 PROTECTION OF WORK AND PROPERTY 2. The equilateral sprinkler spacing for this project is at 60 feet for greens and tees and 70 feet for fairways triangular.If there appears to be a discrepancy between the field layout and the A. The Contractor shall continuously maintain adequate protection of all his work from damage and as-staked drawing,the Contractor shall notify the Irrigation Consultant to receive instructions shall protect the Owners property from injury or loss arising in connection with work on this for making any adjustments. contract.The Contractor shall take care to avoid damage to any existing buildings,equipment, piping,pipe coverings,electrical systems,sewers,sidewalks,landscaping,grounds,aboveground 3. All irregular spacings required because of odd shapes in golf course features shall be or underground installations,or structures of any kind,and shall be held liable for any damage that observed and approved by the Owner's Representative. does occur.Damage includes mechanical damage as well as damage from leaks in the irrigation system being installed by the Contractor,whether through negligence or otherwise. 4. Routing of the pipe shall be in accordance with the irrigation staking except that the Owner's Representative reserves the right to change the routing of the pipe from that shown on the B. Pipe and fittings shall be packaged in a manner suitable for shipment by a commercial carrier. plan and in case of rock or other obstacles.In no event shall field changes of this nature affect Upon receipt at job site,a receiving inspection shall be prepared. The quantity shall be verified and the overall cost of the project except where these changes may alter the quantity of materials any shipping damage shall be reported to the supplier within 7 calendar days. to be provided according to the plan,or where excess depth of trench and backfill is required. C. Protect work and materials from damage during construction.Storage of pipe and fittings shall be D. The Contractor,subject to approval of the Owners Representative,may adjust the location of any protected from direct sunlight.Beds on which materials are stored must be the full length of the pipeline to avoid ledge rock,slumps or other obstacles,provided that such adjustments do not pipe to avoid damage.Any pipe that has been damaged or dented shall not be used in the work. increase the quantity of pipe required and is not in conflict with the evident intent of the plan. D. Any existing structures,membranes,equipment,utilities,pavement,landscaping,etc.,damaged by E. No fittings shall be installed on pipe underneath pavement or walls except where noted on the Irrigation Contractor during the course of the work,including any damage caused by leakage or Irrigation drawings. If such a need should occur,the Contractor shall bring it to the attention of settling of piping systems being or having been installed by them,shall be restored at Contractors Owners Representative. expense and to the Owners satisfaction. 02810—GOLF COURSE IRRIGATION Page 14 of 23 02810—GOLF COURSE IRRIGATION Page 15 of 23 02016 Jeff,ay L.Bruce B Company,LLC 02016 Jeffrey L.8r BCompany,LLC _ i Bunker 11'111=ion Replacement Pmjecl August 31,2015 Bunker Hill Inlgalion Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-73211 2 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-73211 2 3.4 TRENCHING,BORING AND ENCASEMENT 3.5 PIPELINE ASSEMBLY A. Trenches shall be cut in accordance with the plans and specifications by approved methods. A. General: OSHA standards and safety policies regarding safety shall be followed regarding trench safely. 1. Provide Flanges or unions as indicated and as necessary to allow removal and re-installation of B. Trenches for irrigation lines shall be excavated of sufficient depth and width to permit proper any item of equipment or accessory without cutting,welding or soldering. handling and Installation of the pipe and fillings and valve boxes. All backfill material shall be compacted to 95%by vibratory compaction method,and evened off with the adjacent sail level. 2. Provide discharge piping of proper size for all air vent and relief valves. Extend to nearest Selected fill dirt or sand shall be used if soil condition is rocky.In rocky areas,the trenching depth drain. shall be two inches(7)below normal trench depth to allow for this bedding.The fill dirt or sand shall be used in filling four inches(4")above the pipe and shall contain no rock larger than one-half 3. Cut pipe to measurements established at the site.Work into place without springing or forcing. inch(1/2").The remainder of the backfill shall contain no lumps or rocks larger than one-half inch (1/2").The top six inches(6")of backfill shall be free of rocks larger than one-half inch(1/2"),and 4. Protect all openings in piping during construction to prevent entrance of foreign matter. free from subsoil or trash. 5. Cut pipe and tubing ends square. Remove rough edges and burrs so that a smooth and C. All trenches that are opened during any particular working day shall be backfilled as soon as unobstructed flow will be obtained. possible.Depth of cover to be 30"for 8"PVC pipe,24"for 6"and 4"PVC pipe and 15"2"and 3" HDPE pipe unless approved by the Owners Representative.Compaction around all sprinklers, 6. Close or short nipples should be used only where shown on the drawing, or absolutely valve boxes,and other irrigation materials shall be done with a hand operated,hydraulic or electric, necessary to satisfy dimensional constraints. compaction device to 95%compaction. 7. Make changes in pipe size using reducing fittings. Use bushings only if shown on the D. During winter installation when there are more than four inches(4")of frost in the ground, no drawings. backhoe or similar equipment will be allowed for digging the trench. Only a trencher or similar equipment capable of breaking up backfill material can be used.Trenches must also be filled within 8. Connections to equipment or accessories shall be screwed for sizes 51 mm(2")and smaller, two days.No backfilling with frozen soil will be allowed without the Owners Representative's prior flanged for sizes 63mm(2 1/2")and larger. approval. 9. Arrange exposed piping straight,parallel and perpendicular to the walls of the structure unless E. The Owners Representative will show the Contractor the site location where all trench spoils are to otherwise shown on the drawings. be placed. 10. Wherever two or more pipes are installed in parallel, allow sufficient space for required welding,soldering,painting,and/or the application of insulation. F. Rock is defined as consolidated material that extends through the trench that cannot be removed by conventional trenching methods(for 6"-16"pipe,a CASE 580 or JOHN DEERE 510 Backhoe; B. Installation of all pipes and fittings shall be in strict accordance with the manufacturers written for lateral pipe 2"-4",a trencher,a 6510 DITCH WITCH,a 480 CASE Backhoe,or a 310 JOHN specifications.Deviations from these specifications shall be permitted only with the written approval DEERE Backhoe,or equal in size).Any larger equipment required to trench through the rock,and of Owners Representative. approved by the Owners Representative,will be considered rock excavation trenching,and the Owner will compensate the Contractor by unit cost as needed to trench through the rock area. C. HDPE pipe and fittings: 1. The Contractor shall submit on his bid form a per cubic yard price for labor and equipment that will be needed should rock be encountered during trenching, as described above. The 1. Fusion of pipe and fittings: Contractor shall contact the Owners Representative or the Irrigation consultant at the time rock is encountered and a written accounting of the footage of rock removed shall be agreed a. Sections of polyethylene pipe should be joined into continuous lengths on the jobsile upon for a basis of payment.Failure of the Contractor to get an agreement in writing from the above ground. The joining method shall be the butt fusion method and shall be Owner at the time rock is encountered,and his progressing with any such trenching,shall be performed in strict accordance with the pipe manufacturers recommendations.The at the contractor's expense. butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, 2. The Contractor's per cubic yard unit price is to include the cost to remove the rock and temperature requirements of 204°C (4001F), alignment, and an interfacial fusion stockpile it as directed,and to backfill the trench with clean material provided by the Owner pressure of 517 kPa(75 PSI).The butt fusion joining will produce a joint-weld strength and located in one area on the project site, equal to or greater than the tensile strength of the pipe itself. All welds will be made using a Data Logger to record temperature, fusion pressure, with a graphic G. All trenchers,backhoes,skid loaders,backfill compactors and any other excavation equipment to representation of the fusion cycle shall be part of the Quality Control records. be driven on sodded areas are to have turf tires only. 02810—GOLF COURSE IRRIGATION Page 16.1`23 02810—GOLF COURSE IRRIGATION Page 17 of 23 a2016J"OmyL.e.oe8 Company,LLC @2016 Je&ey L.BN 8Company.LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701630-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-7321112 b. Sidewall fusions for connections to outlet piping shall be performed in accordance with 3.7 ELECTRICAL CONTROL WIRES HDPE pipe and filling manufacturer's specifications. The heating irons used for sidewall fusion shall have an inside diameter equal to the outside diameter of the A. Electrical control wires shall be installed in the same trench as the main line wherever possible. HDPE pipe being fused. The size of the heating iron shall be 6mm(1/4 inch)larger Wires shall be laid alongside the pipe by"snaking"in to the trench to allow as much slack as than the size of the outlet branch being fused. possible for contraction and expansion of the wire.All wire connections at remote control valves and at all wire splices will be left with two feet of wire so that the splice or the valve manifold can be 2. Mechanical joining will be used where the butt fusion method cannot be used.Mechanical brought to the surface for repairs without disconnecting the wires. joining will be accomplished by either using a HDPE flange adapter with a Ductile Iron back-up ring or HDPE Mechanical Joint adapter with a Ductile Iron back-up ring. B. The joint shall comply with 2005 NEC Article 300.5 and 110.14 for wire connections in wet or damp locations. The joint shall be absolutely waterproof so that there is no chance for leakage of water a. Flange/Mechanical Joint Adapter Installation: The flanges/mechanical joint adapters and corrosion build-up on the connection.All wiring shall be accomplished with no splices. shall be attached to pipe and fittings using butt fusion. The flanges/mechanical joint adapters shall be aligned and centered relative to the pipe. The flanges/mechanical joint adapters should be square with the valve or other flange before tightening of 3.8 FIELD QUALITY CONTROL bolts. Bolts should not be used to draw flanges into alignment. Bolt threads shall be lubricated,and flat washers shall be used under flange nuts. Bolts shall be tightened A. Notify Owner's Representative for the following reviews,5 calendar days prior to test or event: using a"star tightening pattern". See manufacturer's recommendations. Twenty-four hours after first tightening the flange bolls,they must be re-tightened using the same 1. Pressure testing mains "star lightening pattern used above. The final tightening torque shall be as indicated by the manufacturer. 2. Coverage test prior to turf restoration 3. Socket fusion,hot gas fusion,threading,solvents,and epoxies will not be used to join HDPE 3. Final observation pipe. D. Connections between plastic pipe and metal valves shall be made using plastic male adapters and B. Provide equipment and/or personnel required to conduct tests. applying the recommended threaded joint compound. C. Provide up-to-date Progress Drawings at each review E. All metal screwed joints shall be tightened with tongs or wrenches and employ the specified joint D. If Owner's Representative is called out for review prior to the system being ready,the contractor compound.Caulking of any kind will not be permitted. will be back-charged for the cost of the review including all associated travel,fees,and expenses. 3.6 AUTOMATIC CONTROLLERS(EXISTING) 3.9 CLOSING OF PIPE AND FLUSHING LINES A. The contractor shall inspect the existing controller to remain and determine if additional parts or A. Closing:Openings in laterals and main shall be capped or plugged,leaving caps and plugs in place modules are required to provide a complete and operational golf course irrigation system as show until removal is necessary for completion of installation.Contractor shall take other precautions as on the plans. necessary to prevent dirt and debris from entering pipe or equipment. B. The Contractor shall verify power location and type,as well as power connection requirement and B. Flushing:Lines shall be thoroughly flushed out before installing quick coupling valves sprinklers or operational functionality of the satellite controllers and central control system in the presence of the emitters. (After flushing, main line pipe may be partially backfilled, butt joints, fittings and Owner's Representation prior to starting work. The Contractor shall make all connection of the connections shall remain free and visible). valve-in head sprinklers to the controller. The sequencing and numbering of each controller station shall be as shown on the drawings,as directed by the Owner's Representative. C. Test in accordance with paragraph on Hydrostatic Test. Upon completion of the testing, the C. The controller and associated equipment shall be grounded per manufacturers recommendations. Contractor shall complete assembly and adjust sprinkler heads for proper distribution. D. The Contractor shall be responsible for protection of the existing control system.Any damage that 3.10 PURGING occurs during the construction shall be repaired at no cost to the Owner. E. The work includes all necessary programming for the pump station,controller and central control A. -Immediately prior to hydrostatic testing, all irrigation lines shall be thoroughly purged of all system to deliver a fully operational system upon completion of the work.. entrapped air.Introduce water into lines to be tested at full operating head.Observe water flow at end of discharge point until determination is made that all air and residual debris has been expelled from the line. 02810—GOLF COURSE IRRIGATION Page 18 of 23 02810—GOLF COURSE IRRIGATION Page 19 of 23 62016 Jeffrey L Bmco 8 Company.LLC B 2015 Jeffrey L.Bmco 8 Company,LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Irrigation Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-73211 2 3.11 HYDROSTATIC TESTING 1. Contractor shall take care to avoid damage to golf course grass whenever possible,and to salvage all sod possible.If replacement sod is needed,the owner will supply the specifications A. While the necessary piping system components are exposed,all mainline and lateral piping is to be for the sod to be purchased,and will recommend the supplier(s). subjected to a hydrostatic test after valves,tees and fittings have been installed.Cap lateral risers for hydrostatic testing. An Owner's Representative should be on premises for overall check of the 2. The damaged sod area must be squared off by the contractor and prepared for sod. system. 3. No sod pieces smaller than 12"x 6"will be allowed. B. Do not install remote control valves,quick couplers,or any other valve assembly until Owners Representative accepts testing of pressure main lines. 4. New sod shall be laid to lie flush with surrounding grade of sod.After sod has been laid and approved,it is the responsibility of the Owner to see that it is watered and maintained by the C. Testing shall occur with joints open. Small amounts of backfill between fittings shall be allowed to owners personnel. prevent pipe displacement. All fittings shall be visible prior to testing. B. Purchase of new sod for fairways,green aprons and tee surfaces.. D. Pressure gauges shall be consistently read in either kPa PSI. Calibration shall be such that accurate determination of potential pressure loss can be ascertained. 1. If sod is damaged or cut in these areas,the sod cannot be re-laid.Contractor will need to purchase new sod. E. For HDPE and PVC pipe: 2. Contractor is to proceed as follows:cut replacement sod from the edge of fairway(location to be provided by construction manager);remove this sod and lay it on disturbed area of fairway, 1. Pressure testing shall be conducted in accordance with ASTM F2164,Field Leak Testing of green apron or tee surface;purchase new sod approved by Construction manager to lay in Polyethylene Pressure Piping Systems Using Hydrostatic Pressure.The HDPE pipe shall be place of the sod removed from edge of fairway. filled with water,raised to test pressure and allowed to stabilize.The test pressure shall be 1.5 times the operating pressure at the lowest point in the system. In accordance with this C. Damaged areas in non-play grassed areas shall be restored as follows: specification,the pipe shall pass if the final pressure is with 5%of the test pressure for 1 hour. For safety reasons,hydrostatic testing only will be used. 1. All damaged areas are to be compacted and raked level to surrounding grade. F. Re-test as required until the system meets the requirements.During the tests,regardless of the 2. The Contractor will be responsible to reseed these areas. amount of leakage,all detectable leaks are to be stopped and all defects corrected. D. All excess soil or rock from construction will be disposed of as directed by the Owners Representative. 3.12 BACKFILLING E. All pipes shall be stored in designated areas located by the Owners Representative.Only or the A. All pipes are to be immediately backfilled with preliminary backfill sufficient to prevent arching or current hole under construction should there be pipe laid out on the golf course. slipping under pressure. F. All scrap construction materials and trash shall be removed from the area under construction and i B. Other than for preliminary backfill over pipe,do not allow or cause any of the work to be covered disposed of every day. before it has been inspected and approved by the Owners Representative. G. Only clean-up work will be allowed to be performed on week-ends.Therefore,on Fridays,the C. Upon approval of Owners Representative,proceed to place remaining(final)backfill. Contractor is to remove equipment and materials from the golf course playing areas to either the construction yard or to areas not under golf play,as directed by Owner's Representative.All holes D. Restore all surfaces, existing underground installations, damaged or cut as a result of the on greens,tees,and fairways must be filled in and leveled off by the end of the day on Fridays. excavations to their original condition. Remove any debris or contaminants from soil media as directed. 1. Clean-up of areas where pipe has been installed with a vibratory plow shall be done as follows: 3.13 SITE RESTORATION&CLEAN-UP 2. The raised plow line shall be rolled back into place to match surrounding grade with a vibratory roller or shall be wheel rolled no later than 24 hours after installation of that section of pipe. A. Any maintained grassed areas damaged by construction shall be the contractors responsibility to restore. 3. For areas that cannot be rolled back into place due to large rocks,the contractor shall cut the sod, remove the rocks, compactand re-sod the area to match surrounding grade. The contractor is responsible for any settlement. 02810—GOLF COURSE IRRIGATION Page 20 of 23 02810—GOLF COURSE IRRIGATION Page 21 of 23 02016 JeR,ey L.Bm &Company,LLC 82016 Jo yL.Bmce&Company.LLC Bunker Hill Irrigation Replacement Project August 31,2015 Bunker Hill Iffigalion Replacement Project August 31,2015 City of Dubuque,Iowa CIP#'s:3501630-73211 and 3701530-732112 City of Dubuque,Iowa CIP#'s:3501530-73211 and 3701530-732112 4. The cut line in the sod from pulling pipe is to be sanded and seeded(if needed)with seed 2 Square Operating Nut Keys approved by the Owners Representative. 2 Drain Valve Keys 4 Lateral Isolation Gate Valve Keys H. Site restoration and clean-up work shall start no later than 24 hours after completion of each 20 Sprinkler Manual Operation Keys installed area.Sod and clean-up shall be no farther than one and one-half golf holes behind the 8 Quick Coupler Keys current installation area. 8 Quick Coupler Swivels 2 Toro OSMAC 8-Station Satellite Controller Modules 4 sets Repair tools for each sprinkler series 3.14 BALANCING AND ADJUSTMENT A. The Contractor shall balance and adjust the various components of the sprinkler system so the 3.18 WARRANTY AND MAINTENANCE INSTRUCTIONS overall operation of the system is most efficient.This includes a synchronization of the controllers, adjustment to pressure regulators,pressure relief valves,part circle sprinkler heads,and individual A. Instruct Owners personnel in complete and proper operation and maintenance of the system prior station adjustments on the controllers.The Contractor has the right to call in the designer or to Final Acceptance. owner's representative to aid in the balancing and adjustment of the system. B. Provide digital recording of operational and maintenance procedures for each component aspect of B. All sprinkler heads shall be installed at finished grade from top flange on sprinkler and leveled to the system surrounding grade. C. The Contractor's one-year warranty shall include the repair of any settlement of irrigation trench lines over ane-half inch('/z')from the surrounding undisturbed grade. 3.15 SETTING OF CONTROLS D. Provide Owner and/or Owners Representative with all Record Drawing submittals, turnover A. The Contractor shall set the initial watering schedule and programming of the automatic controllers materials,salvaged items and warranty requirements prior to Final Review. in accordance with the specifications or irrigation plan as furnished by the Owner. END OF SECTION 328000 3.16 NOTICE OF COMPLETION A. When the contractor is satisfied that the system is operating property, that it is balanced and adjusted,and that all work and cleanup is completed,he shall issue the notice of completion to the Owners authorized representative. The notice of completion shall include the request for final inspection with date and time given. 3.17 TURN-OVER MATERIALS A. Final Record Drawings:Two sets of final record drawings shall be produced,one for placement at or within the appropriate irrigation controller cabinet reduced to tabloid size(11"x 17")and one full size set for filing in the building facility managers office. Color-coded copies shall then be professionally laminated in 5 mil clear plastic. B. Operational and Maintenance Data: Submit two copies of manufacturer's data, maintenance schedule and operational schedule in a three ring binder,labeled and indexed. C. Equipment:Provide the following to the Owners Representative: 1. The following items shall be left on the site by the Contractor and shall remain the property of the Owner's Representative.This material shall be of the same model numbers as specified. 2. Quantity Item Description 2 Large Radius Full Circle Sprinklers(for each sprinkler series) 2 Large Radius Adj.Part Circle Sprinklers(for each sprinkler 55 series) 40 UL approved wire connector packs for 24-volt wire 02810—GOLF COURSE IRRIGATION Page 22 of 23 02810—GOLF COURSE IRRIGATION Page 23 of 23 02016 Jaffrey L.Bruce 8 Company,LLC 82016 Jeffrey L.Bruce 8 Company,LLC T BUNKER HILL IRRIGATION REPLACEMENT PROJECT p ® - -- »•cry�x.un,uc CITY OF DUBUQUE,IOWA SHEET INDEX VICINITY MAP: G000 COVERSHEET EXI00 EXISTING CONDITIONS 0100 DEMOLITION AND PHASING PIAN IRI00 OVERALL IRRIGATION PLAN IRI01 NW IRRIGATION PLAN L " IRI02 HE IRRIGATION PLAN LC IRI03 SW IRRIGATION PLAN IR104 SE IRRIGATION PLAN e IR200 OVERALL CONTROLLERS TATIONING PLAN IR201 NW CONTROLLER STATIONING PLAN IRZOZ HE CONTROLLER STATIONING PLAN L IR203 SW CONTROLLER STATIONING PLAN 't L IR204 SE CONTROLLER STATIONING PLAN L" aIR300 IRRIGATION DETAILS ■■,, ;�'' IR301 CONTROLLER STATIONING DIAGRAMS L IR302 CONTROLLER STATIONING DIAGRAMS 1 ewnni L LANDSCAPE ARCHITECT JEFFREY L.BRUCE AND COMPANY,L.L.C. JEFFREY L.BRUCE AND COMPANY,L.L.C. 1907 SWIFT ST.,SUITE 204 218y 5TH ST., ® NORTH KANSAS CITY,MO 64116 WEST DES MOINES,IA 50265 maBUNk. KER HILL 9 r x PH: (816)842-8999 PH: (515)778-8397 IRRIGATION i - FAX:(81 S)842-8885 CONTACT:ERIC DOLL REPLACEMENT CONTACT:JEFF BRUCE AND DAVID STOKES PROJECT s OWNER i CITY OF DUBUQUE I THl~CTTY OP LEISURE SERVICES DEPARTMENT 2200 BUNKER HILL ROAD U$ E DUBUQUE,IA 52001 PH:(563)589-4263 L 7astePpieCe on the Mi sissippi FAX:(563)589-5391 e! CONTACT:DAN KROGER 1 i UTILITY LOCATES j .IOWA ONE CALL 9 IOWA320 LeCLAIRE STREET T.. �a'�,.i,»- DAVENPORT,IA 52801 1 6pOt292.8p8p TOLL FREE PH:1-800.292-8989 iE -euwa rw.nN PH:811 - n. e w.COVERSHEET 6 3 n G000 f s � d 7 :s�... 30 VK '�'�l/1 �r-it f�tg 3�-f� --=i. - t"s Y.� fI�/�f i� ✓'r� fFi''"�" / — — ^u V,, r j�#�fHe(%Yrltf�t � Girril z flr�Irig-otiw"v� BUNKER HILL t\ 3' IRRIGAT ON REPLACEMENT qoP s� } �f °� ®� • rt���i t�' f) IT�Iy;Y�.dr��n� aNll � ` F ' mss -V . ¢, � OR 11W�ir �s1€m mm �„vt' � go wwrN +� ;,.;o ,?IQh`B-- w�15\.�, ^�' r :' -' =• 7t, z (R ✓ iii � / fay $v' o■ �:y�. � t ��/f/'' ®� �J���/� .o✓ �. �y�rr �; ��®e� 'r �✓�i �� � l "ia%z���{///'�to� %J��r yi^�Calt :. ®. � � P� ® �a� w wrm -dam ��ir�s f��,�, �.-.£ '���/J f�..,�,• ® � t �Yrir� :� /// _ i 6 a� Wr r. 1.1 ( t(r j t�f ✓ /l�i C A, mov Will, a a. ��,.i�"'..• X»�� .3��s , E/t/`�_ r• �`'`ff fly r , 1 WE— ON IRRIGATION OWE f PROJECT �trC3 �14� REPLACEMENT�•� �� 0,11 xs nQ�} ' .1 kj� tee! 9 0% �1 'ALM Ilk IONIC' j WMA , � _ ��� .J", ,,v u< �.ssa�s ;�4 'p,�",.{ C,{ ,;/ ��d�a,,r�:%',„,r �0�`=:' � �� /._ .•�.. *#06 �' �',�S�Y."�'M� �✓,sr� �y}` `t ✓151.?t�;t-�,vq'1'"'gY� "'sem\��i R ���t 1� f)�r �/"!/.i /�%�- ��'' - �” INIg" yy Well ! .va.:4.e� "� ; � �:r,. � � �z'90 ��'�3,_:F� � P1 +'o�" �`� S ..-ti 1 • • 1 "5.,'� �,�•�.star? 4 i � .�� d,:,�t 1 _�,.* � �„� � � �f�aa� �; CF' t t�d� ��,j ty/1 VYIyr m He ME �d j` � m `'��" ■ ,�,, { +�@t`��"'��� : 'r(i { i- 'fin `"•� �) � ®*r+°�3/ ��� /s ®6 • �! 11 RUM MA la c�cn f --mMor" w 6l "� 'dt "A4 MANI ? r Mgr Jv/ J% a08'� � �T 3_�� �I (�('//��WO �j RNb^A'� f 5 L k ✓ i A;p//p")(r-,,L es,e,, 9 ■ / y�9�+' 1 ➢'it T t v+ d'x' A� �" s �"'VapE�-3 .� +`9 � gv f f3r ,s. 9 < �F t 4> G } ��.`p��F�n4y/ ii�f� ysu"S�;t 128 pl, Fr r;�,F' -c �7�y�a°�'b•;��®„L°�+�y ,4� "�&�im ,��, ��414,L*�_11■l� ■) G: �� n Au� �/i�� � �� .}r� 4er �� �Jj7 wa'�'q..Q'd°���°moi ,� /r� y�FJF t -----_._ "�s�n Y t�+ h s{r rf y�d rr/_ r,r�O a �45�� ®� � N "s•6d1p H3 `�S�i� err; WdF .`t✓",v���®�i�}�"61��°T4�'�'?i (/��/?fi'Y .; "-r•' z� pi ��Syfir, a Y3ld - a.irY' p f All U! 1(,},ffP .. �s'f,-g�"$ ti lr%(}ii.r ✓�i F6Si��`""3�® ..'" ��trc`9�- L�� Y� T r 7 r r,�� '�®� 1�MAN4 �'° y> i `` � - � «� P. ■ N&(/� �. i J i�.���gs,�� rc4.�..`�/t'�1'Y��paw���t�aa"�.��3 f.� ..-® •e . '�LA� tTS��' 7 < s'a.� tr�y�..:� ICEYIIy G,t�J �! .� ..■ �r�Gt ,4 .' as�at is �fe`� A.�>fusVia. � G�,� A \"!y\L��Sqi ll a'1•0}j�fE " *�'c ��`tn PS i<<-e� p��aCP6' F>� �,�sifmh'm� to 1�p �� '? ® �V�ai'�`v�4e tr✓��PBs �t��0 , 7 ® � A Ii+L; �y I t Mo ON AARk"®-�tavt,-Ali- Mz MR r y Y �'�L/�:°C>'3i•�r��+�,:—na 1.31 q�,�{3«��^��r � qpA� � M�` -` �i✓dgi '�Agpn� Z "J1" ',4r 7�:; 5'�u� �}�,m ��\.�`N�{ `'�. h��'e.�® �• py VE ..sr t :3'iays$f.+9i 'r�nsawMW 3` 5n� ctlj ,�['A9`°.6� 91 .f.^ '1 E,`'��A,��.'�Gi `�f �� \�fa+6, cam_ � iii =i s�'��(� _ ��pB������e��,q{' A �`� &i7Aq a"°� \3.y',.�"'€ � � r � .��,: n� � I■� F. �e�®1�nl�F� �1..fm�� R >1i ��''� ��� 9����". a �jvA_ ■p�� ,,�' %baa -9M—ROMM SH g R � My, p ��e,'��L ���I��'�C � C!-iN�° ttlE�'�r�-_`_.-.,.��e � s►1'F mo.��pneu� S � I � I 'ILINKER HILL RRIGATION REPLACEMENT j PROJECT S � nicUll ,u"reo s.s i c.na.30,.s 30..vom 3" k� ' � � NanA,nPAWtemaSdiHO WNKi e0.euemvNrd k 3 € ,�,,✓!t � t r �$ -..�.�"t : '�"3 E��� T m,�w,i�.E�a.o.m.,,wwi.. aa,ouH3�3�i3u �- W.. p� 4✓, P � �'�.. -� �. .,ome,. 'a.oov��3isoaL,a.oa3e.o�,NG. .� NWIRRIGATIONPLAN f � IR I01 dmBra, Y'F` T"Wo �R ���` 5 q � v 'nY.y1 Q A`!`""' iilfJl�`" �' 1 Y}� N 1UNKER HILL IRRIGATION All REPLACEMENT ja fPROJECT N.� li ,Me Em 4 t6, MIMI fit}}3 .ffi F 4 aF AIN } { G � sm la + v a wrPAW ' Cs �,� , s `� ^r � 5 t f t 11 ® � � ate . to WORN MEZZO� � � �3am rgi �a y ir ® tilkk'. pi99 Mm � f, P '14 ANLM . a` xvi a a 44 ■. #�p r Ail 01, {� �jd$�� a ���'s a���`g3i# "��rk��y` ��� ;���" �,t � } � � � _o_, •rd� �l �����`� � �T .. �'��t� � .;� a,rr-�'4�=��� L�-+ k�vwr a%Sa''4 t , �F' ,�,c# �� � • �1� �. _n�r3 ro Y�. r`# or w.�oT�_Tt ®q ti4 G9 `i" �i 3 f'1 � t +' � a`. 3 •� `s „Er ��a 14J � d �; NU 1J � IRRIGATION REPLACEMENT '1UNKER HILL PROJECT 24 P' kf/ V` Ulf�dIF;�1��� `u IN 1y1�� k31 r6... FZ �e1xCPT hjj §Pl ® � 1 ®.- ��, @ .l.t'� r 1� _.�' J'��' .✓ k F (G{ f Ott�, (�A(�J1�Y sup ff 'ST. - "NNidr*'i91. `ff� `y� -�[n��a_�:,�"_"'�a�'yrs �,. �. ✓'���"�v". _�`:� ,�,7N � i�9Fl� � f �� FA SAAA rte: _ � Via. � a ■ i ._�_Fx. .� � --------------------------------------------------------------- ------- ---- - t ^BUNKER HILL IRRIGATION 3 r ; REPLACEMENT- ; PROJECT x, q r . , �' .`$P �� NViEi4pitonsl.Wmxd Slilol Nw5l.lo lCwmAciOeloYUY (. '�.. � buufKFl/Hxwwwc v[iaprafxoxN dly¢vur¢u!r¢slEvaCRlo 5 A t;,,� b..�pxgxw.w. buroeooeo.r.mxuevms°ooelp k �,pk r y '" rovnx,mttEvu wlM. rrm.euxmeu�ter.r..n. e � a� � I` rnuocci�n rpw j ! `iU"' _ � vruurtli[xrreorwnM ' ouloupo e! Z ii �. ,,� ey, q� - eo.inn. ralovsuavuriottl�ieimcw�:xx of 5 � " 3fr 4 �.. } �- vn aisx,uwwe:nue¢vaeunr.wcosrloeu '@ .p :{. T ,� ! -"� 5 [ �-' ouumv.enwiloctxazrnxuu ocw.v[ovum �} xipx,�mw,,,w:n ir, lixr,l..xxxlor,.^w,d,.:rvuwa,«,� I s � I NW CONTROLLER STATIONING PLAN `� � ti� 4s rurneww+„nxuss x �r e f 3 :----------- r i ♦� �:: "q a an ��s>'e' . �' 6'a•��a� � s?� �; �s * /}j �=s p® '�v � ••" � ,�*_ ;a haw r � -s ' BUNKER HILL IRRIGATION S �! •<p „. r �i rota^ 5. �� to n 3�a � , A � � '� F ♦ �* � REPLACEMENT � a :; �♦ � S ���r�iCa�a � -�,� � : #�"�,b� a>3" ��z n �I �♦, t�,� � t � PROJECT ra �:K' _,F � b'r'a'-:�Sga"�C'�ala"�y�; r i�3 x sir � ♦♦, a � >1# ��.. k 3 �vri' � f hT. a .Ke' 1T� fi��+�y:,P"Fvt � a` � ' A� � r'S °�' '� � eFsl .anawgX eau oeeozoeurt.0 uvm3vaoz ro z a ,, _,'Ky a r1 t �'�`.'\,�. I♦`.Y,>";°.•-T ? * r c,,rn rs `r{ 7> e asa:..;� ,k;ni ...-�.., ..�' i',s.: ) r. ♦., ; is ,1 a«s,mute n�s°xe`o o'nissr .«u Souro>on e p� �,F,,,�.3� r1 ,� � y a r, �;� ♦� ax k., � 3' ' V r j= ,� ,� �'�``o,.,na q `'1 f ,. x M" i.-..- � a' �' .,. � ,. ,.., (� SI`.�.5 a -' ry'_�. ® [gli�gtv[rn�u'f y� � `� F• ON, :� xi,a oasxwutuvF ruuetugbsenruocosrro.Tus ,ON, � ��,N� a ��ss.{ � ��_s rsr t tk1C�.' �' ft 7 aeeeuu.3.,ss,eeo o33�e.e.ex,roexa,ro3..,ao>q.3oru�3 �•?''f., k S �_'o-s%rt ar �+�q°� a �t i£� >`� '` * tom: ,a. "`� :�- i� t,. d y.�� r,.,.oe3oreor<w.aeoeewbmuuc e.r�vvu3 ox (Off :•y. c ,x 4 ,.. u � .... � »�t .... 6''°�a�:� �.. C:�.3x�7 rYt.i '9g _ ��( �^ls j:t.. �: r � ♦t ,,;�_, ,. � 4 r� .`: a •s�`' e �y ��«�1. tri a�+: ,..~ f� <�- I '+i .� ,,.. ., scc- .... - �. :�+.: �' .,,�. •>SS .,,>�.,:$ ,sae eq :„o.>oae�.rrwmNECONTROILER v SS STATIONING PIAN v. 'a.I. tri � .:,frit .w' -,•.,t, �.,r.?x,`:. 2..: ={+r ; ;..Po... x�� `:6 .g� e a., .��, • '..f,° .:.., ,' s a ,5 ., '1a..,,,, i. .? :-::3i4 . x w..rx �.:a i>' ;s'sxl; v} fiT,- Itf, >! ,o r �.•.:s. � �.��-d. ' ..�,g �°„ � ,�i 1tl`' ,+�s;��,�.. �� .tX r•;, ,� a �° j � I `���, s �s{T T" i ! ,''=. u •a 'L`'^R' " :R `N... .; 4 {a. �q} .;y i.+ }s!-�a + - r T .� ",w #'. :"i S r'S•4'h?'•. �: �ssx�=`. �3.� 'H F^ v , :'�. 4 '.3 s r .1s � r ! � !—^'�Im.,.,'°�mi II\202 r---, _i�T F — .tJ ..................... I I �. _ __ - - moi? ' our,Grwn s v:c � wcauvl ;_j .v„rrr v�3rnLMwV9.x:np.rrR uv ww[w7SICpwK�m rO ��.uw«, u.,�meu,��r m. p� t.:; il:i/�.i�•�' v �.:!�..%.!illi:.;;�' � j I I «a nro II ml °' F c A � eaa w� �aio+`ueE� w{ �. .>��� ��y�•' �navveo.. o tT,.� � Eco,re«�`I:^oraa�ml — LL � ar`�omaim e C E%ISTING EIELDCONTROLLER �1 COYI $ PIPE BEDDINTHR G A UST BLOCKING f'(ff .a n tj FOP E�Dv 9 - ! O�«ulevwE Q nowu:soev[esvKrcnmm Q' is`50Eurrrlrc?>ci r Q cowv:unuevcxwrvovrs 1 p—� /rpII1 vwrmaxeeno. � Q ur�ovu.ceoxeeovrc Qs vvcaso[ee[EnrrmwemsJ O° ns`sv°es><;a".a rcrzuvnin•e O vinm,mersceansrra+ea ( eu` �'%_'•�� '�' co.�eawmrv«o.ao�ivnavKiirnremno rs _ - i ..,BUNKER HILL 5 MECHANICAL JOINT RESTRAINTS ONLY IF REQUIRED b AIR RELIEF VALVE E%6TING FLOW SENSORAND MASTER VALVE 7 „T.< IRRIGATION REPLACEMENT 9 PROJECT __- i06XG'°` wurevuvreoxnool.I nurcv.rrEw •'••® . i = nowmuvraseml Jc m:ovicel:i-Im � — wmccerrevuvr �r enr�vneocx — v vwvuvr uxm� e,c aecw 1 = rs=«;«,�+w<•M«. Tuco>onlsmlc.x�+l :m.:w:pa`riin y O ern.oznE t rsm,,��a�f cva.m«ula:a:n ( �1 MAINUNEISOIAi ONVALVE �1 OUICK�LVE 1D MAN UALDRAINVALVE 11 VALVE-IN-HEAD ROTOR 1 ' aur vuvsecx nPmV Vor r s IRRIGA➢ON DEIAItS 1 e�rnlr�«ocanmersw,rsmw: GROUNDING„ 1$ SPUCE 80X 14 NOT IN USE IS NOT IN USE w IsR300 ( 2 r..a i u cry Namarluc ��•Sen mm�am�.a F .una,ev.m ' 6 gL ,wu,as..n gE 6 awuu�ml.m,+�,rn ' T /�\SA1ELIl1E CON110111R 11 IIA110NING DIAGRAM SA11111E CONTROLLER 11 IIA1101ING DIAGRAM , �° ro -BUNKER HILL IRRIGATION T REPLACEMENT L PROJECT i F 0 i 3 Q S 9 @F i 1 i� 1 pS 5 I :v F CONTROLLER F STATIONING e DIAGRAMS i i gL t � IR302